Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOLICITATION NOTICE

Q -- DNA extraction and genotyping of cell lines for the iPSC NeuroDegeneration Initiative project

Notice Date
5/5/2021 2:12:03 PM
 
Notice Type
Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95021Q00172
 
Response Due
5/12/2021 10:00:00 AM
 
Archive Date
05/27/2021
 
Point of Contact
fred Ettehadieh
 
E-Mail Address
fred.ettehadieh@nih.gov
(fred.ettehadieh@nih.gov)
 
Description
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 75N95021Q00172 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; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.� THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Infinity Biologix, LLC, 145 Bevier Road, Piscataway, NJ, 08854-8009. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items and FAR 13.501, Special Documentation Requirements, in accordance with 41 United States Code (U.S.C.) 1901. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-03, with effective date February 16, 2021. (iv)������ The associated NAICS code 541380 and the small business size standard is $16.5 million. This requirement has set-aside restrictions. (v)������� Background:� The project will generate a set of edited induced pluripotent stem cell (iPSC) lines containing genetic variants relevant to Alzheimer�s Disease and Related Dementias using CRISPR/Cas9. Heterozygous and homozygous gene variant knock-in clones have been generated for each of the iPSC lines. These clones will require array-based genotyping to identify the �lead line� for further gene editing experiments. To this end, the vendor shall perform automated DNA extraction and array-based genotyping with the NeuroBooster Array on the clones. The vendor will initially perform this service on 1256 samples (including 14 control samples) and provide results at the conclusion of the service (vi)������ Project requirements and salient characteristic:� The Vendor shall perform automated DNA extraction on Government provided cell pellets and provide QC results of an initial DNA extraction to the Government to confirm DNA quantity and quality for each sample. Acceptable quantity of DNA is defined as a yield of 50ng per sample. Acceptable quality of DNA is defined as absorbance 260/280 ratio value equal to 1.8nm, and an absorbance 260/230 ratio value greater than 2.0nm. After consultation with the Government, samples passing this criteria will then be approved for genotyping processing. The Vendor shall perform array-based genotyping on extracted DNA using the Illumina NeuroBooster Array. The Vendor will genotype 1256 samples that include the 1242 cell pellets and 14 control samples. The Government will provide the Vendor with the NeuroBooster Arrays to perform the genotyping. The Vendor shall provide raw and processed genotyping data via upload to a secure system such as SFTP, DNANexus, or similar within 4 weeks of receiving cell pellets. Following genotyping, the Vendor will return any remaining sample to the Government via microtube or 96 well format to prevent contamination using temperature controlled shipping methods. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition.� The anticipated period of performance is from August 1, 2021-March 1, 2022. (viii)���� 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 (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020) FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (May 2014) Alternate I 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 (Aug 2020) FAR 52.204-25, Prohibition on Contract for Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2020) FAR 52.219-6, Notice of Total Small Business Set-Aside Standard NIH Invoice and Payment Provisions (Aug 2014) Interim NIH Invoice and Payment Provisions (Oct 2020) (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)]. Technical capability and past performance, when combined, are significantly more important than price. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)������ The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii)����� 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. 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 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. All quotations sent in response to this solicitation must be submitted to Fred Ettehadieh, Contracting Officer, electronically by email at fred.ettehadieh@nih.gov on or before the closing date and time of this solicitation, and reference Solicitation Number 75N95021Q00172. All responses must be received by the specified due date and time in order to be considered.� Facsimile responses are NOT accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a6c2f6fd83cc4544a85685b99decd23f/view)
 
Place of Performance
Address: MD, USA
Country: USA
 
Record
SN05992064-F 20210507/210505230112 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.