MODIFICATION
Q -- Neurodegenerative Disease Research
- Notice Date
- 6/7/2021 4:36:31 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95021Q00153
- Response Due
- 6/11/2021 11:00:00 AM
- Archive Date
- 06/26/2021
- Point of Contact
- fred Ettehadieh
- E-Mail Address
-
fred.ettehadieh@nih.gov
(fred.ettehadieh@nih.gov)
- 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 75N95021Q00153 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 Psomagen, Inc. 1330 Piccared Dr., Suite 103 for Human Whole Genome Sequencing. This acquisition is conducted as non-competitive for a commercial item or service and is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-(b)(1). (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-05, with effective date March 10, 2021. (iv)������ The associated NAICS code 541380 and the small business size standard $16.5 Million.�� This requirement has no set-aside restrictions. (v)������� Background and Objectives: The Center for Alzheimer�s Disease and Related Dementias is an ambitious program to genotype disease patients and controls around the world to further understand the genetic architecture of Alzheimer�s Disease and related dementias. There is still much to learn about genetic risk factors and the path to further understanding requires working collaboratively and openly sharing data, processes, and results. (vi)������ 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. Whole genome sequencing of 1000 human samples, with 30x coverage for each sample. Prior to the sequencing runs, libraries will need to be constructed using Illumina�s TruSeq DNA PCR-Free Library preparation kit. �Sequencing shall be performed using the latest Illumina x30 platform and other related instrumentation and software with 150bp paired-end sequencing method. Offeror shall provide FASTQ, BAM and VCF files as the deliverable. The aligning and mapping of the data will be performed using Illumina�s Isaac Alignment software. �Data can be transferred via cloud-based data transfer tool (if applicable) or in HDD format. The turnaround time is should be approximately 4-6 weeks after samples have passed initial quality control. Delivery or Deliverables and Reporting Requirements: The contractor shall deliver raw data in FASTQ format by 2TB extermal hard drive. The contractor shall provide documentation regarding Genomic DNA sequencing. Government Responsibilities: A minimum of 1ug of deidentified, purified gDNA will be provided as the starting material to the contractor. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is for twelve (12) months) after receipt of the award of the purchase order. � (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 (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) 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 52.212-4, 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 attached in full text. Offerors MUST completed the provisions at FAR 52.204-24 and FAR 52.204-26 and submit electronic copies by email as separate documents with their quote. 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) NIH Invoice and Payment Provisions/Instructions for Submitting Electronic invoices (ix)������ (a) 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 and past performance, when combined, are (1) significantly more important than price. (b) 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 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 clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (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 attached in full text. (xiii)���� 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 clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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 by the closing date and time of this solicitation, and reference Solicitation Number 75N95021Q00153. All responses must be received by the specified due date and time in order to be considered.� Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/83a46f63defd43378c77174a7555f726/view)
- Place of Performance
- Address: MD, USA
- Country: USA
- Country: USA
- Record
- SN06023042-F 20210609/210608201647 (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 |