Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

65 -- Whole Human Genome Arrayed CRISPR Screening Library

Notice Date
6/29/2020 2:10:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95020Q00173
 
Response Due
7/6/2020 12:00:00 AM
 
Archive Date
07/30/2020
 
Point of Contact
Rieka Plugge, Phone: 3018277515
 
E-Mail Address
rieka.plugge@nih.gov
(rieka.plugge@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 75N95020Q00173 and the solicitation is issued as a Request for Quotation (RFQ) on a competitive basis, set aside to small businesses under the applicable NAICS. 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�Test Program for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items. This acquisition is expected to exceed the simplified acquisition threshold of $250,000.00.� A Fixed-Price type of contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) ����� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2020-06 / 06-05-2020. (iv) ����� The North American Industry Classification System (NAICS) code for this procurement is 325199 All Other Basic Organic Chemical Manufacturing with size standard 1250 employees. A Total Set-Aside restriction to Small Business is applicable. (v)������� 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. The National Center for Advancing Translational Sciences (NCATS) at the NIH is missioned to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The RNAi facility at NCATS was established to provide intramural researchers with access to the equipment and expertise necessary to conduct genome-wide RNAi screens in mammalian cells. This facility works as a collaborative resource for doing RNAi assay development, screening, and initial follow up. This facility works with investigators to develop and optimize their assays for screening, conduct the screens and related informatics analyses, then performs follow-up screens on promising leads.� Further work is done on downstream biology required to produce quality publications of the groundbreaking results achieved. The NCATS RNAi facility has identified a need to be enabled to develop a flexible functional genomics platform that offers complementary and orthogonal CRISPR screens to other NIH intramural investigators. A state-of-the-art sgRNA library is required to facilitate the NCATS� RNAi screening program in which provides intramural researchers with access to equipment and expertise necessary to conduct large-scale functional genomics screening. Chemical syntheses will increase manufacturing consistency and will eliminate biological variability, thereby enabling robust analytical characterization at NCATS. Further, the synthetic production of RNA will allow for chemical modifications that improve the intra-cellular stability, increasing editing efficiency and reproducibility across a wide array of cells, including stem and primary cells. This requirement will produce chemically modified synthetic sgRNA at quantities and costs that are suitable for high throughput screening performed by the RNAi facility. (vi)������ The purpose of this requirement is to obtain one (1) Whole Human Genome Arrayed CRISPR Library, 150 pmol/gene, on a BRAND-NAME-OR-EQUAL basis to the CRISPR Library, as described and identified herein, manufactured by Synthego Corporation, located at 3696 Haven Ave, Redwood City, CA 94063-4604. Many libraries are set up such that one guide RNA targets each gene (singleplex). However, this format is often plagued with technical issues in obtaining loss-of-function sufficient enough to generate a measurable phenotypic change. This requirement shall provide developed arrayed single guide RNA (sgRNA) libraries in which up to three sgRNAs (multiplex) targeting the same exon are co-transfected. The guides shall be specifically designed to cause multiple concurrent DSBs in the genomic DNA so that one or more 21+bp fragments are removed and due to this type of edit being so disruptive, there is a high likelihood that the gene will be knocked out. Specifically, the required screening libraries shall consist of collections of synthetic sgRNAs in arrayed multiwell plates. When combined with SpCas9, each library targets and knocks out a range of human genes in a biologically relevant pathway. Each multiwell plate shall consist of either a standard (pre-defined) or custom library with multiplexed guide design (i.e., up to 3 modified synthetic sgRNA guides targeting each gene). The following salient requirements are deemed essential for this potential acquisition: Libraries with strategic multiplex design: up to 3 modified synthetic sgRNA guides targeting one gene per well. Multiplexed sgRNAs designed to induce fragment deletions (21+ bp) in each gene, increasing the likelihood of complete loss-of-function. All sgRNAs chemically modified to resist degradation ( 2' O-methyl modifications and 3� phosphorothioate bonds in the first and last three terminal bases). Guides designed to target an early exon that is present in as many transcripts as possible. Ninety percent of multiplex guides target the first 1/3 of the protein-coding region and all constructs target exons that are found in >75% of known variants. Guides bioinformatically screened for off-target matches. Ninety-six of the whole human genome (19,753 genes) have stringent guide designs that prohibit exact matches and off-by-one bp matches to minimize off-target effects. Products offered must be essentially equal to the supply described in this solicitation, which specifically includes a Arrayed CRISPR Screening Library with the following manufacturer part name, description and quantity: Whole Human Genome Arrayed CRISPR Library, 150 pmol/gene; Pre-designed Arrayed CRISPR Library constructed in 384-well barcoded plates and Plate Layout: All border edge-wells and column 12 left empty; Quantity: One (1). The following deliverables of the Arrayed CRISPR Screening Library shall consist of the following types of deliverables: Standard Libraries: Multiplexed synthetic sgRNAs (up to 3 per well) in 384-well barcoded plate(s), 150 pmol total sgRNA per gene, 50 pmol per individual sgRNA (measured by OD260), Perimeter wells are left empty to avoid edge effects and column 12 is left empty to allow for biological and technical positive controls, Maximum 294 genes/plate, Oligos are shipped dried. Custom Libraries: Multiplexed synthetic sgRNAs (up to 3 per well) in 96-well plate(s), 1500 pmol total sgRNA per gene, 500 pmol per individual sgRNA (measured by OD260), Customer-defined plate layout, Maximum 96 genes/plate, Oligos are shipped dried. Offerors submitting a quotation must: 1) clearly indicate if the line item or items being offered in their quote is a brand-name item to the brand name item described in this solicitation, or if the item or items being offered is an �or-equal� item; 2) include Shipping and handling cost in the quotation as a separate line item, or specify if it is included in the total price; 3) indicate an estimated delivery time in full after receipt of an order; 4) indicate if items being quoted are warrantied in accordance with Offeror�s standard commercial warranty practices, and/or whether software support is included and the length of time of such warranty/support subscription, and/or if extended years of service coverage are available or applicable in accordance with the manufacturer�s standard commercial item practice and/or if any Preventive Maintenance service is included in the purchase of equipment or offered as a separate acquisition and the length of such time. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated DELIVERY DATE after receipt of order (ARO) shall be specified in the offeror�s quote and will be determined prior to any award. Delivery will be FOB - DESTINATION. The place of delivery and acceptance will be 9800 Medical Center Drive, Rockville, MD 20850. (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html��� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) � The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) � The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (June 2020) is applicable to this solicitation: 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-13 Notice of Set-Aside of Orders (Nov 2011) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) The following provisions and clauses apply to this acquisition and are incorporated as an attachment: NIH Invoice and Payment Provisions (2/2014) � (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. Respondents that believe that they are manufacturers or authorized resellers of any 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; price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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 must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii)����� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated in full text. (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. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)����� Responses to this solicitation 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. 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 and the offeror representation in FAR Provision 52.204-24, which is attached, MUST be completed and submitted with any quotation or response to this RFQ. (xvi)���� All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to rieka.plugge@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Rieka Plugge by email at rieka.plugge@nih.gov or by phone at 301-827-7515.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1eddab1067b3413cacef109840233466/view)
 
Record
SN05706727-F 20200701/200629230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.