Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

66 -- cDNA Sequencing for Human Project

Notice Date
7/20/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA(AG)-CSS-18-299
 
Archive Date
8/9/2018
 
Point of Contact
Fred Ettehadieh,
 
E-Mail Address
fred.ettehadieh@nih.gov
(fred.ettehadieh@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a Combined Synopsis/Solicitation (CSS) 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA(AG)-CSS-18-299 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a non-competitive basis to Illumina, Inc., 5200 Illumina Way, San Diego, CA 92122. ACQUISITION AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated January 2018. CONTRACT TYPE The Government intends to award a firm fixed price purchase order for this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 1,000 Employees. BACKGROUND The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. Deep sequencing of DNA has become a routine procedure in modern molecular biology. This methodology is used to 1) evaluate total gene expression profile in cells (RNA-Seq), 2) characterize epigenetic state of the genome by chromatin immunoprecipitation (ChIP-Seq), 3) define the DNA methylation state of cells (Bisulfite-Seq), 4) define chromatin structure by identifying enzyme accessible regions in the genome (ATAC-Seq), 5) interrogate the 3-dimensional structure of the genome by chromosome conformation capture technique (Hi-C), 6) evaluate the antigen receptor repertoire of lymphocytes (VDJ-Seq), and 7) define transcription factor binding sites by ChIP-Seq (ChIP-Seq). Most of these parameters change with age, and their analysis comprises a critical core of our ongoing studies of human aging. All of these methods are routinely used by investigators within LMBI. Experiments are carried out by LMBI staff resulting in the generation of a "library" of DNA fragments that await sequencing by a core facility. Sequencing each sample costs close to $1000. In the current system, we find out if the multi-step experimental procedure has worked only after spending the full amount for sequencing in a core facility. This usually amounts to several thousand dollars because a typical experiment consists of 8-12 samples. The requested MiniSeq permits the investigator to evaluate experimental quality at a fraction of the cost ($50-$75 per sample) before committing to deep sequencing. In this way costs can be cut substantially, and deep sequencing carried out only on rigorously validated experimental samples. Additionally, availability of a lab benchtop MiniSeq saves investigator time because core sequencing facilities have a typical wait time of 2 to 4 weeks before samples are sequenced. Thus, experimental quality can only be evaluated several weeks after the experiment is performed. With a readily available MiniSeq, quality control can be performed within 24h from completion of the experiment. Consequently, troubleshooting and replicate experiments can begin right away rather than waiting for 2 to 4 weeks, which greatly increases cientific efficiency and output. The MiniSeq will be used to study several aspects of aging. It has become abundantly clear that the immune system is dysregulated with age, leading to increased incidence of autoimmune diseases, cancer, and infectious disease. Conversely, vaccination efficacy decreases with age, making susceptibility to infections a major cause of mortality associated with hospital admissions. The overall goals of the projects that will utilize the MiniSeq are to understand molecular mechanisms that underlie age-associated immune dysfunction. These studies will be carried out in mouse strains and in peripheral blood cells from human donors across a wide age range. PURPOSE AND OBJECTIVES This purpose of this requirement is to purchase a MiniSeq Sequencing System. The MiniSeq Sequencing System is an integrated lab benchtop system for generation of DNA clonal clusters by bridge amplification, sequencing and analysis; the system is used for genome-wide studies of chromatin structure and gene expression by deep sequencing. These methods have become a standard part of gene expression studies and, although sequencing costs have been reducing, such experiments are still time-consuming and costly when done in the core sequencing facility. The requested equipment will greatly increase the efficiency of scientific work for LMBI and reduce costs to the government by providing a relatively low-cost method to evaluate the quality of experiments before spending larger sums to carry out the complete analysis in the core facility. Availability of this instrument will permit the investigator to only spend the larger sums if experimental quality is sufficiently good to warrant being taken forward. At present this option is not available to investigators in our branch, with the result that a poor-quality result can only be ascertained after incurring time delays and large sequencing costs. PROJECT REQUIREMENTS Salient Characteristics: • Integrated system for automated generation of DNA clusters. The MiniSeq System features a simple, integrated, library-to-results workflow that enables sequencing of both DNA and RNA with minimal hands-on time. • Accessible Sequencing Affordable-to-acquire and cost-efficient to run, even with low numbers of samples • Push-button Operation and Easy Data Analysis Walk away library-to-results solution with onboard data analysis • Highly Flexible to Fit Research Demands Supports a broad range of DNA and RNA sequencing applications for examining single genes to entire pathways • End-to-End support for installation, training, and support from assay design through data analysis PLACE OF PERFORMANCE Baltimore, MD 21224 Anticipated Deliver Schedule: Eight (8) weeks after receipt of order. ANTICIPATED CONTRACT TYPE A Firm Fixed Price Purchase Order is contemplated. The order shall be sourced via the Open Market on a single-source basis and is not expected to exceed $150,000. GOVERNMENT RESPONSIBILITIES Responses to this CSS must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this CSS and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. TECHNICAL EVALUATION CRITERIA Responses received to this CSS will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order and any warranties. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the LPTA process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be submitted electronically (via e-mail) to Fred Ettehadieh, Contracting Officer at fred.ettehadieh@nih.gov by the closing date and time of this announcement and must reference solicitation number HHS-NIH-NIDA-CSS-18-299. Facsimile responses are NOT accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(AG)-CSS-18-299/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, United States
 
Record
SN05000266-W 20180722/180720230606-632d93feb58723dbe20bd47d45f48edd (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.