MODIFICATION
A -- SPECIALIZED RNA SEQUENCING SERVICES
- Notice Date
- 9/2/2020 5:47:21 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24120Q0540
- Response Due
- 8/28/2020 8:00:00 AM
- Archive Date
- 09/27/2020
- Point of Contact
- Anna D Norcross, Contracting Officer, Phone: 401-273-7100 X-1564
- E-Mail Address
-
anna.norcross@va.gov
(anna.norcross@va.gov)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24120Q0540 Posted Date: September 2, 2020 Response Date: September 8, 2020; 12:00 NOON EST Product or Service Code: AN73 Set Aside: NO SET ASIDE. FULL AND OPEN COMPETITION NAICS Code: 541715 Contracting Office Address Network Contracting Office 01 623 Atwells Avenue, Uncas Bldg Providence, RI 02909 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 541715 with a small business size standard of 1,000 employees. The Department of Veteran Affairs Network Contracting Office 01 is seeking to purchase the services described in the following Statement of Work. --------------------------------------------- BEGIN STATEMENT OF WORK ----------------------------------------- PERFORMANCE WORK STATEMENT GENERAL INFORMATION Title of Projects: PTSD-associated gene expression in the BNST Scope of Work: The Vendor will use next-generation sequencing and RNAseq techniques to create a gene expression profile of the bed nucleus of the stria terminalis (BNST) in 100 samples from the VA National Center for PTSD (NCPTSD) Brain Bank. They will receive RNA samples from the lab which extracted the BNST, measure sample quality, perform next generation sequencing, and provide output files to which will be returned to Dr. Logue who will use these to look for gene expression signatures of PTSD and depression in the BNST region of the brain. B. GENERAL REQUIREMENTS Description of Requirements and Associated Deliverables:. The Vendor shall perform services utilizing equipment and methodology best suited for desired results. The need for reproducibility and follow-on to previous work which is why the Government desires the following methods, procedures, and equipment be used. Deliverables: The first step is to quantify the quality of the RNAseq samples: Assessing RNA integrity by Agilent Tapestation and concentration by Qubit assay. Assessing library size on the Agilent Tapestation, concentration by Qubit assay, and final quantitation by qPCR The next step is to remove ribosomal RNA through the use of Ribo-Zero depletion. Then, RNA will be sequenced using the Illumina HiSeq, 2x150bp configuration, single index, ~350M raw paired-end reads per lane for a target coverage of 50 million reads per sample. It is guaranteed that 80% of bases Q30 The RIN values, raw FASTQ files summarizing all of the read information will be returned to Dr. Logue using a secure method. Period of Performance: The resulting contract will be for a base year and one (1) option year. C. SCHEDULE FOR DELIVERABLES Results of each test (deliverable) will be provided within 60 days of completion of the step. If for any reason any deliverable cannot be delivered within the scheduled time frame, the Vendor is required to notify the Contracting Officer. D. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Vendor through the actions of parties other than the CO shall be borne by the Vendor. E. REPORTING REQUIREMENTS As requested by Government but no less than once per annual performance period, provide a written report that includes: Test results with interpretation and comment. Information pertaining to quality control. Provide telephone support discussing/clarifying test results with Government as may be required/requested. Results of this work shall be made available via encrypted hard drive, thumb drive, or via email. The report may be in either Word format or PowerPoint format. Delivery of the report may be via upload to a Government issued encrypted thumb drive entrusted to the VA Principal Investigator to be picked up at the Vendor s location or via email direct to the VA Principal Investigator. This work does not involve VA human subjects data or biospecimens. It is a molecular follow-up to better understand the significance of prior results identified in the principal investigator s lab. F. TRAVEL No travel reimbursements will be made under this contract. G. GOVERNMENT RESPONSIBILITIES Government will collaborate with the Vendor regarding additional SNPs of interest that are identified in the principal investigator s research. H. VENDOR EXPERIENCE REQUIREMENTS Laboratory and associated personnel shall be qualified to run the required assays and certified in accordance with all applicable laws and regulations. I. PUBLICATIONS AND PRESENTATION: Without the express written consent of the Government, results of this Scope of Work may not be used by the Vendor in grant applications, scientific publications or presentations until such a time as the results are published by the Government in a peer review journal. --------------------------------------------- END STATEMENT OF WORK -------------------------------------------- Solicitation Information The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://beta.sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. This is an open-market combined synopsis/solicitation under full and open competition for Specialized RNA Sequencing Services. The government intends to award a firm fixed-price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2020) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) FAR 52.227-14 RIGHTS IN DATA GENERAL (MAY 2014) FAR 52.232-19 AVILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018) VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (DEC 2009) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) Submission of Quotes All Vendors shall submit the following information or their quotes or may be deemed non-responsive: Technical Vendor Capabilities Statement which shall describe equipment and practices utilized by vendor to produce the deliverables as specified in Section B, above. Pricing - The below price list with each of the line items filled out with pricing for each line. Pricing should be all inclusive and take into account all contractor incurred costs. Do not add additional line items. Past Performance - List of any prior specialized RNA Sequencing Services contracts with the Department of Veterans Affairs To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" and the Vendor shall list exception(s) and rationale for the exception(s). Quote Due Date and Time Submission shall be received not later than Tuesday, September 8, 2020 at 12 noon EST via email to the Point of Contact listed below. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer at the information below no later than Friday, September 4, 2020 at 11:00 pm EST. Phone calls will not be returned. Award shall be made to the vendor whose quote includes the required documentation and technical capabilities listed above at the lowest price. Point of Contact Anna Norcross, Contracting Officer anna.norcross@va.gov Price/Cost Schedule ITEM # DESCRIPTION OF SUPPLIES/SERVICES ESTIMATED QTY UNIT UNIT PRICE AMOUNT 0001 Standard RNA-Sequencing. RNA Library preparation with rRNA depletion, Sequencing on lllumina NovaSeq 2x150 bp sequencing for -50 million reads per sample and in accordance with the Statement of Work. Contract Period: Base POP Begin: 09-15-2020 POP End: 09-14-2021 100 EA 0002 Mapping and hit counts in accordance with the Statement of Work Contract Period: Base POP Begin: 09-15-2020 POP End: 09-14-2021 60 EA 1001 Standard RNA-Sequencing. RNA Library preparation with rRNA depletion, Sequencing on lllumina NovaSeq 2x150 bp sequencing for -50 million reads per sample and in accordance with the Statement of Work. Contract Period: Option 1 POP Begin: 09-15-2021 POP End: 09-14-2022 100 EA 1002 Mapping and hit counts in accordance with the Statement of Work Contract Period: Option 1 POP Begin: 09-15-2021 POP End: 09-14-2022 60 EA TOTAL
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/04b5a41d99234693994e5d027da6af58/view)
- Place of Performance
- Address: VA BOSTON HEALTHCARE SYSTEM NATIONAL CENTER FOR PTSD 150 S. HUNTINGTON AVENUE, BOSTON 02130, USA
- Zip Code: 02130
- Country: USA
- Zip Code: 02130
- Record
- SN05783259-F 20200904/200902230134 (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 |