22-007794

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Sequencing Services in Support of Parkinson’s Disease and Alzheimer’s Disease Research
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov
NAICS Code Number
541380
Testing Laboratories
Small Business Size Standard
$16,500,000.00
FPDS Classification Code
6640
Estimated Period of Performance
6 months after completed purchase order
Competition Status
Non-Competitive
Vendor Name
Genome Technology Access Center
Vendor Address
Washington University School of Medicine
McDonnell Genome Institute, CB 8501
4444 Forest Park Avenue
St. Louis, MO 63110
Single-Sole Source Determination
Acquisition Authority: This acquisition is conducted under the authority of Federal Authority 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.

This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Genome Technology Access Center. The Center for Alzheimer’s and Related Dementias (CARD) does not have the equipment to perform long-read sequencing. For this reason, we will perform genome sequencing using the service at the Genome Technology Access Center, which has the required instrumentation for this novel technique. In order to maintain the continuity of our research projects, we must use this vendor to generate research data from complex technology in a reasonable time-frame. The Genome Technology Access Center is the only vendor that is capable of delivering the custom assembling of genomes without the need for a reference genome. This allows for superior mapping of other assays in support of our ongoing studies.
Background/Description of Requirement

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 2202-06 dated May 26, 2022.

A Firm Fixed Price (FFP) Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated from any contract resulting from this requirement. 

The purpose of this study is to perform long-read sequencing of commonly used cell line genomes in support of Parkinson’s disease (PD) and Alzheimer’s disease (AD) research.  This will allow for the superior mapping of other assays such as RNAseq, and will help to provide an in-depth view of the exact genome of the target cell line.  This output defines which genes are present, those that are absent, and most importantly, how many copies of each gene are present.

The National Institute on Aging’s Laboratory of Neurogenetics and the Center for Alzheimer’s Disease and Related Dementias are focused on understanding the cell biology that underlies risk and resilience to neurodegenerative diseases such as Parkinson’s disease (PD) and Alzheimer’s disease (AD).  A reliable and technologically advanced sequencing service will support our research into the genetic architecture of Parkinson's and Alzheimer’s disease.  Emerging technologies will improve our understanding of the genetic risk in these diseases.

Period of Performance:

6 months after completed purchase order.

Scope of Work:

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 to perform the Statement of Work below:

Specific Requirements:

Vendor will submit acquired data to primary investigator at the NIH upon completion of sequencing.

Level of Effort:

Vendor staff shall provide the assay results to the Government via secure file transfer.

Government Responsibilities:

The Government will provide the Vendor with appropriate material for genetic sequencing.

Delivery or Deliverables:

Access to client portal for downloading the study deliverables and providing data analysis and visualization tools that allow for further data exploration.

Travel:

The principal place of performance is the vendor’s work site. Travel for contractor employees will not be necessary.

Key Personnel:

Vendor shall provide a dedicated project manager to the government as a point of contact for the services.

Data Rights: 

Not Applicable

Publications and Publicity:

Not Applicable

Confidentiality of Information:

Not Applicable

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.    SAM UEI 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:

Additional Terms and Conditions, Provisions, and Representations:

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/

1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Sept 2021) is applicable to this solicitation.

2. FAR Provision 52.212.2 Evaluation-Commercial Items (Oct 2014) is applicable to this solicitation. 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: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]

3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), is applicable to this solicitation 

4. 4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.

5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2022) is applicable to this solicitation. See attachment. 

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference: 

52.204-7 System for Award Management (Oct 2018), 

52.204-13 System for Award Management Maintenance (Oct 2018), 

52.204-16 Commercial and Government Entity Code Reporting (Aug 2020), 

52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).

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 a completed copy as a separate document with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
2. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
3. NIH Invoice and Payment Provisions

All responses must be received by August 15, 2022 at 9am EST and must reference announcement / solicitation number 22-007794. Responses may be submitted electronically to Randall Carter (Randall.carter@nih.gov).  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.