SOLICITATION NOTICE
Q -- Procurement of Next Generation DNA Sequencing
- Notice Date
- 7/27/2021 10:26:10 AM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-21-214
- Response Due
- 8/2/2021 6:00:00 AM
- Archive Date
- 08/17/2021
- Point of Contact
- Amber Harris, Fax: 3014803278
- E-Mail Address
-
amber.harris@nih.gov
(amber.harris@nih.gov)
- Description
- �� � �� �COMBINED SYNOPSIS / SOLICITATION WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 7/22/2021 (3)�� �Year: 2021 (4)�� �Contracting Office Zip Code: 20892 (5)�� �Project Service Code: Q301 - MEDICAL- LABORATORY TESTING (6)�� �Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7)�� �Subject/Title: Procurement of Next Generation DNA Sequencing (8)�� �Proposed Solicitation Number: NICHD-21-214 (9)�� �Closing Response Date: 8/2/2021 (10)�� �Contact Point: Amber Harris (11)�� �Contract Award and Solicitation Number: TBD (12)�� �Contract Award Dollar Amount: TBD (13)�� �Contract Line Item Number(s): TBD (14)�� �Contractor Award Date: TBD (15)�� �Contractor Name: TBD (16)�� �Description: (Background) (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; quotes are being requested and a written solicitation will not be issued.�� (ii)�� �The solicitation number is NICHD-21-214 and the solicitation is issued as a request for quote (RFQ). (iii)�� �The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular �2021-06 Effective July 12, 2021. (iv)�� �The associated NAICS code is 541380, Testing Laboratories, and the small business size standard is $16.50. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.� (v)�� �The Contractor Requirements are listed below: 1.0�� �PURCHASE ORDER TITLE Procurement of Next Generation DNA Sequencing �� ��� � 2.0�� �BACKGROUND The Camerini-Otero Lab research program relies heavily on the high-throughput sequencing of DNA samples from various sources. These services must be done with a quick turn-around as we are dependent on the results to determine the next phase of our research. Thanks to recent advances on sequencing technology and a considerable drop in the costs, projects that required a previously unattainable amount of sequencing data are now feasible. 3.0�� �OBJECTIVE The purpose of this request is to procure high-throughput sequencing services of DNA samples and thus, obtain high coverage sequencing data from various samples of DNA that we generate in the laboratory. Critically, the data has to be delivered in a timely manner (10-14 days turnaround). 4.0 �� �SALIENT / REQUIRED FEATURES AND SPECIFICATIONS The provider will deliver high-throughput sequencing data with the following specs: An estimated 740M pair end reads per lane. Each read will be 150 bp long and this translates in an estimated coverage of more than 30-fold of a human genome.� This type of throughput will allow us to investigate aspects of the human and the mouse genome that are vital for our research program. For example, we would be able to interrogate the most frequent contacts of every loci in the genome in certain conditions. 5.0 �� �TASKS AREAS Independently, and not as an agent of the Government, the contractor shall perform all of the detailed Task Areas listed below: 5.1�� �Task Area 1 � Upon recaption of the sample, the sequencing data will be delivered in 10-14 days. 5.2�� �Task Area 2 - Data will be transferred via sFTP account. 6.0�� �PURCHASE ORDER TYPE This Purchase Order is to be a firm fixed price.� 7.0�� �INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the place of installation/upon delivery of service - National Institutes of Health, NIDDK, NIH main campus, in Bethesda, MD 20892. (vi)�� �Period of Performance: � The period of performance for all of the sequences to be used is within one (1) year with the estimated turnover time of 10-14 business days for the sequences.. (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (vii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. �Award will be made to the contractor providing the most advantageous quote to the Government. �Technical factors, past performance, and price considered with technical factors outweighing price. � Specifically, the following technical factors will be evaluated: i.�� �The vendor will be evaluated on their quoted services meeting the specifications under section 4.0 SALIENT / REQUIRED FEATURES AND SPECIFICATIONS (x)�� �FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable. �An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (xi)�� �FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. (xii)�� �FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. �Including the following clauses and Prohibitions: i.�� �FAR - 52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (AUG 2020). ii.�� �52.219-28, Post Award Small Business Program Representation iii.�� �52.222-3, Convict Labor (June 2003) (E.O. 11755). iv.�� �52.222-21, Prohibition of Segregated Facilities v.�� �52.222-35, Equal Opportunity for Veterans (Jul 2014) vi.�� �52.222-26, Equal Opportunity vii.�� �52.222-36, Equal Opportunity for Workers with Disabilities viii.�� �52.222-37, Employment Reports on Veterans (Jul 2014) ix.�� �52.222-50 Combating Trafficking in Persons x.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� xi.�� �52.225-13, Restrictions on Certain Foreign Purchases Additional Clauses: i.�� �52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) (31 U.S.C. 3332) ii.�� �52.232-39, Unenforceability of Unauthorized Obligations. iii.�� �52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (MAY 2014) (xiii)�� �Additional Contract Requirements: None (xiv)�� �The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.� (xv)�� �Offers shall be submitted via email to amber.harris@nih.gov� (17)�� �Place of Contract Performance:� National Institute of Health, NIDDK 5 Memorial Drive Bethesda, Maryland 20892 (18)�� �Set-aside Status: This requirement is not being set aside for small business. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9886eb78fa214647a34ce79079dde055/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06074630-F 20210729/210728203728 (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 |