Contact Points
Secondary Contracting Officer
NOTICE OF INTENT to Sole Source
- SOLICITATION NUMBER: 75N95024Q00491
- TITLE: Transcriptome Profiling in Bain type X-linked mental retardation syndrome (MRXSB) patient's iPSC-generated brain organoids by using scRNA-Seq.
- CLASSIFICATION CODE:
B529 – Special Studies/Analysis – Scientific Data
NAICS CODE: 621511 Medical Laboratories
- RESPONSE DATE:
August 12, 2024, at 4:00 PM ET
- PRIMARY POINT OF CONTACT:
Giuliana Faller
giuliana.faller@nih.gov
Phone: 301.480.9789
- DESCRIPTION:
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The National Institutes of Health (NIH) National Center for Advancing Translational Sciences (NCATS) intends to negotiate on a sole source basis with Novogene Corporation Inc. to provide a service and maintenance agreement for Service/Maintenance agreement for Transcriptome Profiling in Bain type X-linked mental retardation syndrome (MRXSB) patient's iPSC-generated brain organiods by using scRNA-Seq.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS
The intended procurement is classified under NAICS 621511 Medical Laboratories with a Size Standard of $35M.
REGULATORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6—Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization).
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2024-06 dated July 30, 2024.
DESCRIPTION OF REQUIREMENT
PURPOSE AND OBJECTIVES:
The National Institutes of Health (NIH) is the nation’s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people’s health and save lives.
The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions.
To advance in vitro disease modeling of neurodegeneration diseases such as Bain type X-linked mental retardation syndrome (MRXSB), Therapeutics Development Branch at National Center for Advancing Translational Sciences (TDB) plan to use brain organoids generated from patient specific induce pluripotent stem cells (iPSC) as a model system in vitro to test new hypothesis, treatment, and establish diseases hallmarks. The transcriptome profiling of the organoids will be used to detect changes at mRNA level in single cell resolution (scRNA-Seq) to find out disease phenotypes and biomarkers.
SPECIFIC REQUIREMENTS:
1) preparation of scRNA-Seq in 8 frozen cell pellet samples
2) single-cell RNA labeling
3) single-cell library generation
4) Next generation sequencing using Illumina NGS platform
5) data analysis and evaluation
6) singling pathway analysis
7) provide documentations of experimental procedures, genes identification results, and pathway analysis report
ESTIMATED PERIOD OF PERFORMANCE:
08/30/2024 – 12/30/2024
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Novogene Corporation Inc. is the only vendor in the marketplace that can provide the
The intended source is:
Novogene Corporation Inc.
160 E Tasman Dr, STE LAB113 San Jose, CA 95134 United States
CLOSING STATEMENT
THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
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 Unique Entity ID (UEI), 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 the closing date and time of this announcement and must reference the solicitation number, 75N95024Q00491. Responses must be submitted electronically to Giuliana Faller, Contract Specialist, at giuliana.faller@nih.gov. U.S. Mail and 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.