Contact Points
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 2021-06 dated July 12, 2021.
Investigators in National Institute of Aging, Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS) study require total RNA-sequencing data to examine whether changes in gene expression in African American and white participants contribute to observed health disparities in obesity and chronic kidney disease. The objective of this work is to examine health disparities associated with obesity and CKD through total RNA-sequencing to investigate the contributions of altered, global gene expression to the disproportionate burden of disease incidence, prevalence, morbidity, and mortality in minority groups within the United States.
HANDLS investigators require total RNA-sequencing data on 44 study participants. The contractor shall confirm RNA quantity and quality. The contractor shall contact the Government if any sample(s) fails to pass these quality checks and discuss how the Government would like to proceed The contractor shall prepare ribosomal RNA (rRNA) depleted sequencing libraries for all samples. The contractor shall sequence the libraries at a target read depth of 50 million reads per sample, but no less than 40 million reads per sample, using 2×150 base pair runs. Higher read depths are preferred. The contractor shall perform initial quality control checks on the resulting raw sequencing data and confirm the sequencing run passes industry-established standards. The contractor shall provide written summaries and documentation of the methods used to perform the total RNA-sequencing pipeline. The contractor shall supply the total RNA-sequencing data in a mutually acceptable electronic format that preserves study participants’ confidentiality. Following data delivery and upon request by the Government, the contractor shall participate in Government laboratory staff meetings to provide technical consultations as needed.
GOVERNMENT RESPONSIBILITIES
The Government will provide RNA samples (with a minimum concentration as determined by the contractor) to the contractor for quality control metrics, library preparation, and sequencing.
DELIVERY OR DELIVERABLES
The contractor will provide the following deliverables:
- A report on the concentration of all RNA samples.
- A report on the RNA sample integrity and purity.
- A summary report outlining any problems from sample quality control metrics.
- Ribosomal RNA-depleted sequencing libraries for all samples.
- Electronic sequencing data in a mutually agreed upon device that shall contain the raw sequencing data in the .FASTQ file format. These electronic data files will be securely transferred to a portable disk drive and delivered to the Government at the NIH Biomedical Research Center.
- Upon the Government’s request, written summaries and documentation of all methods and parameters used to perform the total RNA-sequencing pipeline.
- Upon the Government’s request, attend staff meetings and provide technical consultations as needed.
The following specifications are required:
1. Stranded Total RNA Seq: Illumina stranded total RNA seq library prep (ribosomal depletion) includes sample QC, library QC and UDI. Quantity: 44
2. NovaSeq S2 300 flowcell sequencing: Paired end sequencing for 44 total RNA libraries, targeting 90M reads/sample, 2x150bp. Quantity: 1
3. Data Delivery: 1TB external hard drive for FASTQ delivery. Quantity: 1
4. The Period of Performance: September 15, 2021 through September 14, 2022
Data Rights:
The National Institute on Aging shall have unlimited rights to and ownership of all deliverables provided under this contract, including reports, data updates and statistical results. This includes the deliverables provided under the basic contract and any optional task deliverables exercised by the contracting officer. In addition, it includes any additional deliverables required by contract change. The definition of “unlimited rights” is contained in Federal Acquisition Regulation (FAR) 27.401, “Definitions.” FAR clause 52.227-14, “Rights in Data-General, is hereby incorporated by reference and made a part of this contract/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 (Oct 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)
4. The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance [see FAR 13.106-2(b)(3)].
Technical and past performance, when combined, are 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.
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, if applicable:
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:
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 August 30, 2021 at 5pm Eastern Standard Time and must reference announcement / solicitation number 21-011515. Responses may be submitted electronically to Katie Cartwright (katie.cartwright@nih.gov(link sends email)(link sends email)). Fax responses will not be accepted.
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.