Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
SOLICITATION NOTICE

R -- Ultra-high throughput deep sequencing analysis of RNA and ChIP

Notice Date
9/24/2015
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-2015-912
 
Archive Date
10/10/2015
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute on Aging (NIA) at the National Institues of Health (NIH) intends to negotiate and award a contract without providing for full and open competition (Including brand-name) to Johns Hopkins Medical Institute, located at 733 Broadway Street, Baltimore, MD 21205, for ultra-high throughput deep sequencing analysis of RNA and ChIP. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541990 with a Size Standard of $15.0 M. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-83-1, September 5, 2014. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplifeid Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. GENERAL INFORMATION Title: Ultra-high throughput deep sequencing analysis of RNA and ChIP Background Information: The Laboratory of Molecular Biology and Immunology (LMBI) contained within the Intramural Research Program (IRP) at the NIA and is driven to elucidate molecular mechanisms of processes that contribute to age-associated changes in physiology, including diseases whose prevalence increases with age. The LMBI performs research that has three interconnected themes: 1) molecular mechanisms of basic cellular processes, 2) immune cell function, and 3) translating basic mechanisms to clinical research. 3. Purpose or Objective: The LMBI requires a contractor to perform deep sequencing of RNA and chromatin immunoprecipitation (ChiP) and ATAC sequencing of samples obtained from primary human peripheral blood cell subsets. The contractor will carry out deep sequencing with an updated Hi-Seq machine in their core facility to identify low abundance intergenic non-coding RNAs and examine epigenetic changes in primary human peripheral blood cell subsets. The purpose of this requirement to examine age-associated changes in gene expression and epigenetic state of 10 cell subsets purified from human peripheral blood. This is a collaborative venture that involves several NIA laboratories. 4. Period of Performance: September 30, 2015 through September 29, 2016 CONTRACTOR REQUIREMENTS (SCOPE OF WORK) Independently and not as an agent of the Government, the contractor shall furnish all the necessary services, qualified personnel, materials, equipment, and facilities, not otherwise provided by the Government as needed to perform the work specified herein. Specifically, cytapheresis packs will be collected from 30 volunteers of varying age-groups and cells fractioned by a combination of magnetic bead purification and flow cytometry. These cells will be used to isolate RNA and carry out ChiP and ATAC. Purified RNA and DNA will be provided to the contractor for deep sequencing analysis. The subject contractor will perform this work on powerful ultra-high throughput sequencing system that enables large-scale genomics plus a broad range of other applications and study sizes, and to deliver RNA and ChIP library preparation as described. The Ultra-high throughput sequencing system will pool samples to be run in a single read cycle sequencing lane to achieve a large number of reads per sample. Sequencing will also include barcoded library preparation from samples of RNA, DNA, and chromatin immunoprecipiptation (ChIP) and input DNA. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10-Market Research, specifically the review and evaluation of the responses to the sources sought notice published in the FedBizOpps on August 28, 2015, under notice number HHS-NIH-NIDA-SSSA-SS-2015-830, Ultra-high throughput deep sequencing analysis of RNA and ChIP. JHMI has the expertise, facilities and experience for performing the requirements of this project. This requirement is closely related to the work performed under previous purchase order number HHSN270201400579P in which the assays sequenced at different intervals of the project are needed to maintain consistency of the research within this period. Because of the related expertise and knowledge of the project JHMI is the only known source with the capability to provide the services of this project. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include a technical proposal, cost-price proposal, the period of performance, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by September 25, 2015, 4:30 PM Eastern time and must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-2015-912. Responses may be submitted electronically to Mr. Hunter Tjugum, Contracting Specialist at hunter.tjugum@nih.gov. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-2015-912/listing.html)
 
Record
SN03901648-W 20150926/150924235250-331546fbfd7de860ce78dd81fe51c3a4 (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.