Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2019 FBO #6498
SOLICITATION NOTICE

B -- DNA and RNA Sequencing of parental iPSC cell lines

Notice Date
9/8/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541714 — Research and Development in Biotechnology (except Nanobiotechnology)
 
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-OA-19-010785-CSS
 
Point of Contact
Debra C. Hawkins, Phone: 301-827-7751
 
E-Mail Address
debra.hawkins@nih.gov
(debra.hawkins@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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-OA-19-010785-CSS 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 and FAR Part 12-Acquisition of Commercial Items. This acquisition is not expected to exceed the simplified acquisition threshold. (iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, effective August 13, 2019. (iv) The associated North American Industry Classification System (NAICS) code: 541714-Research and Development in Biotechnology (Except Nanobiotechnology), Size Standard: 1,000 (v) DNA and RNA Sequencing of parental iPSC cell lines (vi) The National Institute on Aging (NIA) require DNA and RNA sequencing services for the purpose of creating a national cell repository as an open resource for the scientific community and as a tool to characterize how mutations change fundamental biological properties of disease-relevant cell types. Neurodegenerative diseases are common, debilitating, and often untreatable. It is known that mutations in ~50 genes cause the majority of inherited forms of Alzheimer's disease and related dementias (ADRD). In addition, some ADRD genes function together to regulate key cellular processes, strongly suggesting the presence of converging disease mechanisms in ADRD. Genetically-defined patient cohorts now exist and are growing, setting the stage for future precision medicine trials. However, in order to develop effective targeted therapies for these defined cohorts, a deeper mechanistic understanding is needed of how individual gene mutations cause disease. In addition, NIA need to systematically identify and characterize converging ADRD disease pathways, which may be ideal drug targets because single drugs could be effective in patients with mutations in different, but functionally related, genes. To aid in this effort, the creation of isogneic panels of genome-engineered human iPSC lines harboring mutations associated with neurodegenerative diseases is needed. It is anticipated that this resource will substantially accelerate the pace of mechanistic discovery regarding how ADRD mutations cause disease. Project Requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the specific requirements. Specific Requirements: (1) Whole Genome Sequencing including DNA extraction, and Human Whole Genome Sequencing 30X mappable, using TruSeq Nano DNA Library kit; (2) Whole Genome Sequencing including NovaSeq 6000 S4 150PE run, using 10X Chromium WGS Library; and (3) RNA Sequencing including RNA extraction and H/M/R mRNA Sequencing (stranded). The platform used must provide the specific library prep kits: TruSeq Nano DNA Library kit, 10X Chromium WGS Library kit, and TruSeq Stranded mRNA Library Kit. DNA sequencing technique that includes 30X mappable mean depth coverage of the genome. Key Personnel: The contractor shall designate a project manager as a contact point for Government's Contracting Officer's Representative. Government Responsibilities: The government will provide iPSC starting material to the contractor. Delivery or Deliverables: Raw data in fastq format delivered by 2TB external hard drive Reporting Requirements: Documentation regarding assay results for the Genomic DNA sequencing and Messenger RNA sequencing shall be reported electronically via email to the Government's Contracting Officer's Representative via reporting transfer thru email. Section 508-Electronic and Information Technology Standards: The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. (vii) Government's Anticipated Period of Performance / Delivery Date: The Government anticipates a ninety (90) day period of performance After Receipt of Order (ARO). Delivery Point: FOB Destination. Delivery Location: National Institute on Aging, Baltimore, Maryland 21224. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 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 factors used to evaluate offers are the unique technical and performance capabilities of product and cost. Technical and past performance, when combined, are significantly more important than cost or price. Technical Criteria: The Government will award a contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors. Factor 1: Technical Approach. The Contractor's proposal shall address each area of the statement of work requirements in sufficient detail to demonstrate a clear understanding of the efforts to be performed and the skill level required to perform them. Approach shall be evaluated for documented expertise in performing services similar to this requirement. Factor 2: Past Performance: The Contractor shall provide details of at least one prior project for performing services similar to this requirement. Past Performance shall be evaluated for relevance to the current requirement. (x) Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi) 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) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. (xv) All quotations or offers are due 12:00 Noon, Eastern Time, on September 13, 2019, and must reference the solicitation number noted herein. Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov. Fax responses will not be accepted. (xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at 301-827-7751.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-OA-19-010785-CSS/listing.html)
 
Place of Performance
Address: National Institute on Aging, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN05435572-W 20190910/190908230036-154dfd15e60544071fa5e64f36bbb681 (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.