Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2021 SAM #7130
SOLICITATION NOTICE

Q -- Whole genome sequencing (WGS) of 200 samples

Notice Date
6/7/2021 6:18:45 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2077912
 
Response Due
6/17/2021 2:00:00 PM
 
Archive Date
06/18/2021
 
Point of Contact
Jesse Weidow
 
E-Mail Address
jesse.weidow@nih.gov
(jesse.weidow@nih.gov)
 
Description
Document Type:� Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-2077912 Posted Date: 6/7/2021 Response Date: 6/17/2021 Set Aside: None NAICS Code: 541380 Classification Code: Q301 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840 Title: Whole genome sequencing (WGS) of 200 samples Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-2077912 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-05 March 10, 2021. The North American Industry Classification System (NAICS) code for this procurement is 541380, Testing Laboratories, with a small business size standard of $15 million. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Whole genome sequencing for a quantity of 200 samples REQUIREMENTS: Period of Performance:� One (1) 12-month period, to begin upon award. ������������� Clinical Whole Genome Sequencing (N = 200): o������������ Sample processing of FASTQ files into BAM/CRAM files and vcf files o������������ Meets CLIA/CAP requirements for clinical sequencing o������������ Ability to accept DNA and blood samples o������������ Research sequencing with option available that meets CLIA/CAP requirements for clinical sequencing o������������ SNP trace using Fluidigm for sample identity analysis, assessment of contamination, sex, and relationships with other samples o������������ Minimum sequencing read depth of at least 95% at 30X coverage o������������ Provision of QC information regarding data quality o������������ Accept DNA isolated from multiple tissue types, including blood, saliva, fibroblasts, etc. We ����� are willing to provide samples to validate the process. � o������������ Ability to accept small batch sizes, < 30 samples in one batch o������������ Results returned within 6 weeks ������������� Ability to perform sequencing with a rapid turnaround time in special clinical circumstances The Contractor shall provide plates for shipping and all consumable reagents except those mentioned below. If genomic DNA samples are used, NIAID will deliver them in 96-well plates with tubes containing 2D barcodes. Exclusionary criteria: NIAID will not be able to affix labels to individual tubes. The required turn-around time for sequencing is 6 weeks, or less, from the time the contractor receives the patient sample. We also require the vendor to offer a �rapid� 3-week turnaround time (WGS) from the time the contractor receives the patient sample. This allows for timely return of data to inform patient care at the NIH. Deliverable format: FASTQ files, BAM/CRAM files, and vcf files for all samples within 6 weeks. Transfer to occur via cloud-based platform that meets security requirements for transfer to NIH/NIAID servers. Reports on quality metrics on each sample for use by the NIAID team. Deliverable format: FASTQ files, BAM/CRAM files, and vcf files for all samples within 6 weeks. Transfer to occur via cloud-based platform that meets security requirements for transfer to NIH/NIAID servers. Reports on quality metrics on each sample for use by the NIAID team. Quotes must demonstrate in detail how these requirements will be met. Place of Performance: NIH, 9000 Rockville Pike, BLDG 10 Clinical Center, Bethesda, MD 20852, United States.� FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the following: technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (FEB 2021) FAR 52.204-7 System for Award Management (Oct 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 � MUST use the attached version.� Quotes are not valid with out this completed form. The following FAR 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 Commercial Items (JAN 2021) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) 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 this address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than Thursday June 17th, 2021 @ 5:00 PM EST Offers may be e-mailed to Jesse Weidow (E-Mail/ jesse.weidow@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2077912). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Jesse Weidow @ jesse.weidow@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3198e40ef1e44f65a4e17df54b784633/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06023296-F 20210609/210608201649 (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.