21-007951

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
DNA Shearer
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing.
Small Business Size Standard
1000
FPDS Classification Code
6515
Delivery of Goods
90 days ARO
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
Diagenode Inc.
Vendor Address
400 Morris Ave.
Suite 101
Denville, NJ 07834
Single-Sole Source Determination
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.
Single-Sole Source Determination:
This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis. This acquisition is restricted because the integration of the experimental data into ongoing research projects that have already obtained data from a collaborator's Diagenode Megarupter 3. The material or service must be compatible in all aspects (form, fit, and function) with existing data. The current data has been obtained from a Diagenode Megarupter 3 and the new data must coordinate, connect, or interface with the existing data because the data is solely produced by Diagenode Megarupter 3 and the key components are patented and designed to operate as an integrated system. No third-party systems or components are licensed for use on the Diagenode Megarupter 3.
Background/Description of Requirement

Acquisition Authority:  This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2021-05 published in the Federal Register on March 10, 2021.

The National Institute on Aging, Center of Alzheimer’s Disease and Related Dementias works to understand the necessity for the DNA sequencing techniques for several projects studying neurodegenerative disorders. To date, most large-scale genetic sequencing efforts for Alzheimer's disease and related dementias have been performed using short-read DNA sequencing. Although these approaches can identify single nucleotide changes and small indels, they are not optimized to identify large structural variations or repeat expansions. Recently long-read sequencing techniques have matured and are now ready at production level. To perform the long-read sequencing DNA needs to be isolated and sheared in specific ways to make sure the DNA molecules are intact but also that the DNA molecules are all a similar length. The Megarupter 3 is designed to shear DNA molecules in a reproduceable way and is a crucial step prior to sequencing.

Line 1 - Part #B06010003 - Megaruptor 3 device (inc. main body + 1 cassette) without consumable (w/o syringe and hydropore) - QTY 2

Line 2 - Part #G10010010 - Shipping - QTY 1

Salient characteristics:

All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. Vendor must be able to provide these specifications:

Automated shearing independent of the source, concentration, temperature, or salt content of a DNA sample.

User-friendly software allowing for up to 8 samples to be processed in parallel without additional user input and without cross-contamination.

Software requires the operator to specify only three parameters: the concentration of the sample, the volume of sample, and the speed of the motor that will determine the fragment fragment sizes.

High shearing efficiency and highly reproducible results for fragmentation of DNA in the range of 5 kb- >100 kb.

Additional protocols for low volumes + high concentration and should be automatically adjusted by the software depending on the entered parameters.

Instrument should be designed to process sample volumes between 65 ul and 500 ul with a concentration range between 0 and 150 ng/μl.

Manufacturer warranty for one calendar year beginning date of receipt.

Delivery Date: Delivery date of 3 months after receipt of completed purchase order.

Contract Type: A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

Summary Statement:

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.

Quoter Terms and Conditions (To be completed by the Offeror):

1. Period of Performance OR Delivery Date After Receipt of Order:

2. Shipping Point (F.O.B. OR Destination):

3. Payment Discount Terms:

4. NIH BPA Number

5. DUNS No:

6. Name of Company:

7. Street Address, City, State, Zip code:

8. Name of Person Authorized to Provide Quote:

9. Telephone Number and Email Address of Person Authorized to Provide Quote:

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 following provisions and clauses apply to this acquisition and are incorporated as an attachment.  Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

All responses must be received by 10:30 AM on 06/28/2021 and must reference announcement / solicitation number. (21-007951). Responses may be submitted electronically to Randall Carter, Randall.carter@nih.gov. Fax responses will not be accepted.

All responsible sources may submit response which, if timely received, must be considered by the agency.

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.