SOLICITATION NOTICE
B -- Human Genome Sequencing - AmishMennonite - Attachments
- Notice Date
- 8/17/2016
- Notice Type
- Combined Synopsis/Solicitation
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2016-693
- Archive Date
- 9/14/2016
- Point of Contact
- Brian Lind, Phone: 301.827.5298
- E-Mail Address
-
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SF-18 RFQ Document Invoicing Instructions 52.212-5 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-693 and the solicitation is issued as a Request for Quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 dated 07-14-2016. (iv)The associated NAICS code 541990 and the small business size standard $15,000,000.00. This requirement is set aside 100% for small businesses. (v)The purpose of the acquisition is for the following; Whole Genome Sequencing (WGS) of 60 Amish and Mennonite DNA samples. (vi)This requirement is for WGS for two different studies as follows: The National Institute on Mental Health and deals with Bipolar Disorder which is a complex psychiatric disorder that affects 1% of the US population. In order to understand the genetics of this disorder we plan to study homogenous isolated population, the Amish and Mennonites. By performing whole genome sequencing (WGS) of the Amish and Mennonites we aim to identify the causal variants in BD and build a reference panel. This reference panel will be used to infer genotypes in other Amish and Mennonite individuals that are genotyped on single nucleotide polymorphisms (SNP) arrays with high accuracy. The specific requirements for this WGS is as follows: 1.Whole-genome library construction for each DNA sample provided 2.Paired end sequencing 3.≥100bp reads 4.Each of the sample provided will have ≥30X coverage for >90% of the human genome The Government will provide 60 human DNA samples at the volume and concentration specified by the sequencing company. The sequencing company will provide the following deliverables: 1.Raw data (fastq and/or bam) per sample, shipped on hard disks 2.The turnaround time will be 60-90 days from the date of shipment of the samples (vii)The WGS will be performed at the contractor's facility and the results will be delivered to the Government as described above in the scope of work for each study. Period of Performance for these requirements will be on or about August 31, 2016 through August 30, 2017. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The contractor will submit two separate quotes one for each of the studies specified above as the Governments expects to make two (2) separate awards for this requirement (one for each institute study). (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Offers shall be evaluated for understanding of the technical requirements and adequacy of the Offerors proposed approach for the required tasks. Evaluations will be based on demonstrated experience in gene sequencing. 2.Offers shall be evaluated for the contractors ability to provide the data that is compatible with the written software utilized by NINDS as specified previously. Technical and past performance, when combined, are approximately equal to cost or price; (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options (if applicable) to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. DATA RIGHTS The National Institute of Mental Health shall have unlimited rights to and ownership of all deliverables provided under this contract, including reports, recommendations, and all deliverables. This includes the deliverables provided under the basic contract and any DNA remaining after library construction, unless contractor is notified in writing by the contracting officer that remaining DNA samples may be destroyed. In addition, it includes any additional deliverables required by contract change. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data-General, " is hereby incorporated by reference and made a part of this contract/order. The DNA samples provided and the data generated by the sequencing company are the sole property of the Human Genetics Branch, National Institute of Mental Health and the National Institute for Neurological Disorders and Stroke, National Institutes of Health (NIH), Bethesda, MD, USA INFORMATION SECURITY IS APPLICABLE The following information is required for solicitation preparation: A.INFORMATION TYPE http://csrc.nist.gov/publications/nistpubs/800-60-rev1/SP800-60_Vol2-Rev1.pdf [ ]Management and Support Information: [√]Mission Based Information: B.SECURITY CATEGORIES AND LEVELS (SCL): https://ocio.nih.gov/aboutus/publicinfosecurity/acquisition/Pages/table1.aspx Confidentiality:[√] Low[ ] Moderate[ ] High Integrity:[√] Low[ ] Moderate[ ] High Availability:[√] Low[ ] Moderate[ ] High Overall:[√] Low[ ] Moderate[ ] High C.POSITION SENSITIVITY DESIGNATIONS (PSD): https://ocio.nih.gov/aboutus/publicinfosecurity/acquisition/Pages/table2.aspx The following position sensitivity designations and associated clearance and investigation requirements apply under this contract: [ ]Level 6: Public Trust-High Risk (Requires Suitability Determination with a BI). Contractor employees assigned to a Level 6 position are subject to a Background Investigation (BI). [ ]Level 5: Public Trust-Moderate Risk (Requires Suitability Determination with MBI or LBI). Contractor employees assigned to a Level 5 position with no previous investigation and approval shall undergo a Minimum Background Investigation (MBI), or a Limited Background Investigation (LBI). [√]Level 1: Non Sensitive (Requires Suitability Determination with an NACI). Contractor employees assigned to a Level 1 position are subject to a National Agency Check and Inquiry Investigation (NACI). D.PROSPECTIVE OFFEROR NON-DISCLOSURE AGREEMENT [√]Offerors WILL NOT require access to sensitive information in order to prepare an offer. [ ]Offerors WILL require access to sensitive information in order to prepare an offer: Systems Security Plan (SSP) NOT Required. E.CONTRACT CLAUSES: Incorporated by the Contracting Officer / Contract Specialist [√]See anticipated Clauses Attached ADDITIONAL NIH SECURITY REQUIREMENTS (as applicable) When including the clause Security Requirements for Federal Information Technology Resources [√]Security Categorization of Federal Information and Information Systems (FIPS 199 Assessment) CONTRACTOR WILL 1) DEVELOP; 2) HAVE THE ABILITY TO ACCESS; OR 3) HOST AND/OR MAINTAIN A FEDERAL INFORMATION SYSTEM(S) [√]Information Security Training WHEN INCLUDING THE CLAUSE Security Requirements for Federal Information Technology Resources [√]Personnel Security Responsibilities WHEN INCLUDING THE CLAUSE Security Requirements for Federal Information Technology Resources [√]Loss and/or Disclosure of Personally Identifiable Information (PII)-Notification of Data Breach SOLICITATIONS AND CONTRACTS WHEN CONNTRACTOR/SUBCONTRACTOR PERSONNEL WILL HAVE ACCESS TO, OR USE OF PERSONALLY IDENTIFIABLE INFORMATION (PII), INCLUDING INSTANCES OF REMOTE ACCESS TO OR PHYSICAL REMOVAL OF SUCH INFORMATION BEYOND AGENCY PREMISES OR CONTROL [√]Vulnerability Scanning Requirements SOLICITATIONS AND CONTRACTS WHEN THE CONTRACTOR/SUBCONTRACTOR WILL HOST NIH WEB PAGES OR DATABASES (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. Quotes are to be provided for each of the study's specified previously. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by August 30, 2016 at 9:00 AM Eastern Standard Time and reference number HHS-NIOH-NIDA-SSSA-CSS-2016-693. Responses may be submitted electronically to Brian Lind at lindbj@nida.nih.gov. Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation Mr. Brian Lind, 301-827-5298.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-693/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN04228886-W 20160819/160817235704-8091649b1317641958a52e93b20bbc2a (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 |