Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2015 FBO #4837
SOLICITATION NOTICE

B -- DNA SEQUENCING SERVICES

Notice Date
2/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
 
ZIP Code
94035-0001
 
Solicitation Number
NNA15539665Q
 
Response Due
3/10/2015
 
Archive Date
2/19/2016
 
Point of Contact
Elizabeth A Baierl, Contracting Officer, Phone 650-604-5082, Fax 650-604-0932, Email Elizabeth.A.Baierl@nasa.gov - Matthew J Heagy, Contract Specialist, Phone 650-604-5658, Fax 650-604-3020, Email Matthew.j.heagy@nasa.gov
 
E-Mail Address
Elizabeth A Baierl
(Elizabeth.A.Baierl@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA Ames Research Center has a requirement for DNA Sequencing --High throughput sequencing of amplicons from in vitro evolution experiments. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are hereby being requested under this combined synopsis/solicitation. A written solicitation will not be issued. NNA15539665Q is issued as a Request for Quotation for Firm Fixed Price offers for DNA Sequencing Services. NASA Ames Research Center Exiobiology Branch intends to issue one or more Blanket Purchase Agreements (BPA) for High Throughput Sequencing (HTS) of in vitro evolved RNAs. The BPAs will be for firm fixed priced (FFP) sequencing services to be ordered as needed; this BPA will not exceed five years from date of issue. NNA15539665Q is issued as full and open competition; all sources capable of fulfilling the requirements of DNA Sequencing set forth in this solicitation may submit an offer. The NAICS code is 541712, the small business size standard is 500 employees. Offerors must have current registration and Representations and Certifications in the website SAM.GOV, and provide the firms DUNS number with their offer. All solicitation incorporated provisions and clauses in the RFQ are those in effect through FAC _2005_-_78 dated 26 Dec 2014 and may be reviewed at http://acquisition.gov/far/index.html. RFQ NNA15539665Q solicits firm fixed price offers for the periodic sequencing of indexed Illumina libraries, prepared in the laboratory of Mark A. Ditzler at NASA Ames Research Center. Each offer must submit prices for the following Contract Line Item Numbers (CLIN): CLIN 0001 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Single lane $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2015 31 March 2016 CLIN 0002 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Two or more lanes $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2015 31 March 2016 CLIN 0003 High throughput sequencing on Illumina MiSeq instrument (2 x 250 bases, paired-end reads) $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2015 31 March 2016 CLIN 1001 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Single lane $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2016 31 March 2017 CLIN 1002 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Two or more lanes $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2016 31 March 2017 CLIN 1003 High throughput sequencing on Illumina MiSeq instrument (2 x 250 bases, paired-end reads) $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2016 31 March 2017 CLIN 2001 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Single lane $___price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2017 31 March 2018 CLIN 2002 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Two or more lanes $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2017 31 March 2018 CLIN 2003 High throughput sequencing on Illumina MiSeq instrument (2 x 250 bases, paired-end reads) $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2017 31 March 2018 CLIN 3001 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Single lane $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2018 31 March 2019 CLIN 3002 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Two or more lanes $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2018 31 March 2019 CLIN 3003 High throughput sequencing on Illumina MiSeq instrument (2 x 250 bases, paired-end reads) $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2018 31 March 2019 CLIN 4001 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Single lane $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2019 31 March 2020 CLIN 4002 High throughput sequencing on Illumina HiSeq instrument (1 x 100 bases, single-end reads) Two or more lanes $__price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2019 31 March 2020 CLIN 4003 High throughput sequencing on Illumina MiSeq instrument (2 x 250 bases, paired-end reads) $___price per lane. Estimate 2 to 7 lab services per year. Pricing and ordering for POP 1 April 2019 31 March 2020 Price shall be inclusive of sequencing indexed libraries, performing a Qubit assay (or similar) on library to confirm the concentration prior to sequencing, providing sequencing data in fastq format along with a summary of sequencing run statistics, and sorting data into separate fastq files based on indexes used. The RFQ contains the following provisions and clauses: FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014); FAR, 52.212-2, Evaluation, Commercial Items (Oct 2014); FAR 52.212-3Offeror Representations and CertificationsCommercial Items (Dec 2014); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014); FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Dec 2014). This RFQ includes addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014), as follows: Ordering Procedures: Orders will be placed electronically, via email, and will be followed up with a phone call to the vendor. Each order will have its own accounting information and a separate call number associated with it for invoicing, payment, and tracking purposes. Only authorized contracting officer of NASA Ames Research Center will be placing orders against this agreement. The Government is obligated only to the extent of authorized purchases are made under this BPA. Invoices shall be prepared, and payments will be made in accordance with the Prompt Payment Clause of this contract. Partial payments will be authorized. Invoices shall be sent to NASA Shared Services Center (NSSC) address as specified in the contract for electronic payment of funds pursuant with FAR clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). Inspection/Acceptance: Inspection and acceptance will be pursuant to FAR 52.212-4(a) and the Statement of Work. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Dec 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] ___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (Oct 2014) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated DamagesSubcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _X__ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (26) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X__ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X__ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (33) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (34) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (35) (i) 52.223-13, Acquisition of EPEAT -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Jun 2014) of 52.223-13. ___ (36) (i) 52.223-14, Acquisition of EPEAT -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (37) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (38) (i) 52.223-16, Acquisition of EPEAT -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. ___ (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X__ (40) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _X__ (43) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X__ (49) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiv) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014)(Executive Order 13658). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) STATEMENT OF WORK-- High throughput sequencing of amplicons from in vitro evolution experiments. 1. INTRODUCTION High throughput sequencing (HTS) provides critical insight into populations of in vitro evolved RNAs. The evolved RNA populations are used to generate DNA amplicons that are specifically designed and prepared for analysis on Illumina HTS instruments. Illumina HTS instruments are expensive, frequently improved, and require considerable expertise to operate efficiently. Therefore, we are seeking outside service providers to carry out HTS for our in vitro evolution projects. 2. SCOPE Periodic sequencing of indexed DNA libraries on Illumina HTS instruments. The DNA libraries are amplicons prepared at the NASA Ames Research Center. The libraries are designed to be run on Illumina HTS instruments, but they are not prepared using Illuminas sample preparation kits; however, previous preparations of these amplicon libraries have been successfully sequenced on an Illuminas Hiseq 2000 instrument. For each service ordered, the contractor shall have representative available to discuss the specifics of NASAs library design and any recent changes to the requirements and capabilities of Illumina instruments. Two types of sequencing runs are required. The first type of sequencing runs shall be provided on 1 to 3 lanes of an HTS flow cell on a HiSeq instrument (1 x 100 bases, single end reads). The contractor shall run samples on a single lane on a HiSeq instrument. The second type of sequencing runs shall be provided on a MiSeq instrument (2 x 250 bases, paired end reads). HTS data shall be provided in fastq format and data from indexed samples shall be sorted into separate index-specific fastq files. NASA estimates requirement for-- but does guarantee orders-- from 2 to 7 sets of sequencing runs per year. Each set of sequencing runs will require 1-3 HiSeq lanes and/or 1-3 MiSeq lanes. Deliverables The contractor shall provide the following: - Files with sequencing data from the sequencing run in fasq format. Sequence data will be demultiplexed i.e. sorted into separate fastq files based on sequencing indexes. - A summary of standard sequencing run statistics. The data shall be made available in downloadable form from a server or shipped to NASA Ames Research Center, Bldg N239, MS 239-4, Moffett Field CA, 94035 in lieu of downloading. NASA intends to require this service periodically over the course of five years. Individual sequencing runs shall be completed and delivered no later than 45 days following sample submission. END OF STATEMENT OF WORK This RFQ includes addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014), as follows: Preparation of Offers: Only electronic receipt of offers will be accepted. Submit offers in Adobe pdf format. Each file cannot exceed 10 MB in size, limit five (5) files. Email offers to matthew.j.heagy@nasa.gov and to elizabeth.a.baierl@nasa.gov All offers must include the following minimum information: 1-Technical/Past Performance proposal information that includes information addressing the following elements: a) Provide information on how long offeror has been providing Illumina HTS services. b) Describe offerors experience running libraries that are NOT prepared using Illumina's official sample prep kits. c) Discuss offerors normal turn-around time for similar services as required by this solicitation. d) Discuss the types and quantities of the HiSeq and MiSeq instruments offeror has in their facility to use for NASAs tests. e) Describe offerors quality control measures f) Up to three references, to include name, contact info, and company name, for which offeror performed lab services relevant to the requirements of this solicitation. This work history shall be within the preceding (15) fifteen months. 2 Pricing proposal that includes offerors company information, Firm Fixed Prices for CLINs 0001 - 4003, solicitation number, discount/payment terms, if applicable, DUNS, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.na sa.gov/Services/NEFS/NEFSHome.tml Award of Blanket Purchase Agreement will be made to one or more offerors whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on their ability to fulfill the technical requirements of the contract, past performance information, and whose prices are determined to be fair, reasonable, and balanced. Note: DUNS number will be used to verify offerors current registration in SAM.GOV pursuant to FAR clause 52.212-3Offeror Representations and CertificationsCommercial Items (Dec 2014) The FAR may be obtained via the Internet at URL: http://acquisition.gov/far/index.html. The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/o ffice/procurement/regs/nfstoc.htm It is the offerors responsibility to monitor this site for the release of amendments (if any). Potential offerors will be responsible for downloading their own copy of this notice, the on-line RFQ, and amendments (if any). An ombudsman has been appointed -- See NASA Specific Note "B". Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA15539665Q/listing.html)
 
Record
SN03646516-W 20150221/150219235558-94dee6731d2087d1dba82bf7dc0ea14e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.