SOURCES SOUGHT
R -- Human Genome Sequencing Support Services
- Notice Date
- 12/5/2016
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting 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-SBSS-17-071
- Archive Date
- 12/29/2016
- Point of Contact
- Lauren M. Phelps, Phone: 3014802453
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Request for Information/Sources Sought HHS-NIH-NIDA-SSSA-SBSS-17-071 Human Genome Sequencing Support Services Contracting Office Address: 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, MD 20892, UNITED STATES. Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Background: The mission of the NIA Laboratory of Neurogenetics is to understand the genetic basis of neurodegenerative diseases. This information, in turn, will lead to an understanding of viable therapeutic targets and the ability to identify patients before clinical signs and symptoms of the disease appear. Frontotemporal dementia and dementia with Lewy bodies are two forms of dementia that currently affect 2 million Americans. Currently there are no effective therapies for these diseases, they are insidiously progressive and invariably fatal. The purpose of NIA Laboratory of Neurogenetics experiments is to identity genetic variants that cause or contribute to these forms of neurodegeneration. Research aims to expand on previous efforts by generating unprecedented levels of whole genome sequence data on subjects with these diseases. This sequence information will be made available to the broad scientific community and is a critical next step in the identification of genetic risk variants for disease. Purpose and Objectives for the Procurement: The purpose of this requirement is to procure human genome sequencing support services for the National Institute on Aging (NIA) Laboratory of Neurogenetics. Sequencing will assist the Laboratory of Neurogenetics in efforts to identify causative genes for neurodegenerative diseases, such as frontotemporal dementia and Lewy body dementia. Project Requirements: The Contractor shall perform whole genome sequencing for 5,500 human DNA samples derived from either blood or brain tissue as detailed below. Genome sequencing services shall include both genome library development and next generation sequencing. 1.The contractor shall perform sample preparation (also known as library preparation) for whole genome sequencing. This shall include fragmenting of the human DNA samples to the appropriate length followed by the attachment of oligonucleotide adapters to the ends of target fragments. This process shall ensure that the DNA is in a form that can be sequenced using the paired-end sequencing method of an Illumina X10 next generation sequencing platform. 2.The contractor shall perform quality control testing to ensure that the quantity and fragment length of the prepared library is optimized for genome sequencing on an Illumina X10 next generation sequencing platform. 3.The contractor shall perform genome sequencing for each DNA sample using the 150bp paired-end sequencing method on an Illumina X10 platform. Each base pair of each human DNA sample must be sequenced at least thirty times for at least 30x coverage. The contractor shall then provide the genomic DNA sequences to the National Institute on Aging. 4.The contractor shall align the human genome sequencing data generated for each sample with the reference human genome based on current, best-accepted practices of the genetics research community (known as Broad Best Practices). 5.The contractor shall provide the Laboratory of Neurogenetics with the genomic DNA sequence data files generated for each DNA sample via secure electronic transmission. Files shall include those for the whole genome sequencing process as well as those for the alignment of the raw data to the reference human genome. The file formats shall include the raw data FASTQ file format generated by the Illumina X10 next generation sequencer, the raw data binary alignment (BAM) file format arising from alignment of each sequence read to the reference genome, and the variant call (VCF) file format data which lists the variants identified in each human sample. 6.All data files to be provided shall be delivered via secure electronic communication, including secure email as well as a secure Google Cloud account established by the National Institute on Aging Laboratory of Neurogenetics. 7.The above-detailed services shall be performed and results delivered to the Government within six months or less following contractor receipt of DNA samples provided by the Government. Government Provided Information/Property: The Government shall provide 5,500 human DNA samples to the contractor. A total amount of 1 microgram (ug) of DNA will be provided by the Government to the Contractor for each sample. The DNA samples will be de-identified. The Government will ship samples to the contractor at the cost of the Government at a time that is mutually agreed upon by the Government and the contractor following contract award Anticipated Contract Type: A fixed price contract is anticipated. Use of FAR Part 12 and FAR Part 13.5 procedures is anticipated. Period of Performance: The required period of performance shall be one year from date of award. Place of Performance: The place of performance shall be the vendor's site. Results must be delivered to the Government Program Officer and Contracting Officer's Representative via secure electronic communication. Secure electronic communication may include email. Delivery Requirements: Results shall be provided to the Government within six months or less following Contractor receipt of samples. The results shall consist of the FASTQ, BAM, and VCF identified in the specific requirements section of this statement of work. All files shall be delivered via secure electronic communication, including secure email as well as a secure Google Cloud account established by the National Institute on Aging Laboratory of Neurogenetics. Data Rights: FAR Clause 52.227-14 Rights in Data - General shall be applicable to this requirement. All data provided and produced in relation to this requirement shall be solely owned by the Government. The contractor will not publish scientific data based on this requirement. Confidentiality of Information: No information of a personal nature will be disclosed by the government to the contractor. However, HHSAR Clause 352.224-71 Confidential Information shall be applicable to this requirement. Testing results shall be considered confidential information. Capability Statement: Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required support, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Please also note any concerns or recommendations regarding the anticipated contract type. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Lauren Phelps, Contract Specialist, via email at lauren.phelps@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-17-071/listing.html)
- Record
- SN04342471-W 20161207/161205234110-b805c22aafd4fe99466e1124c72ec91b (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 |