NIA 23-005549

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Epigenetic Mechanisms of Tissue Aging Using Paired-Tag Sequencing
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Carla
Blalock
carla.blalock@nih.gov

Secondary Contracting Officer

Taryn
Mabe
taryn.mabe@nih.gov
NAICS Code Number
541380
Testing Laboratories and Services
Small Business Size Standard
$19M
FPDS Classification Code
Q301
Estimated Period of Performance
May 8, 2023 - May 7, 2024
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Epigenome Technologies, Inc.
Vendor Address
9853 Pacific Heights Blvd
Suite G&H
San Diego, CA 92121
Single-Sole Source Determination
Statutory Authority: 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 the FAR Part 6 - Competition requirements.

The essential characteristics of the paired-tag sequencing that limit the availability to Epigenome Technologies is that they are the only commercial source for paired-tag sequencing services, a multi-omics method to investigate transcriptome and epigenome changes at single-cell resolution as they own the proprietary technology, Paired-Tag. There are no distributors or other entities selling the same service or reagents. This method will provide deep insights into the mechanisms of aging and cancer which aligns with the mission of NIA. Only this suggested source can furnish the requirements, to the exclusion of other sources, because no other vendor makes a similar technology. The vendor provided a sole-source letter dated March 8, 2023.
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 the Federal Acquisition Circular 2023-02 dated March 16, 2023. 

The National Institute on Aging (NIA) Intramural Research Program (IRP) RNA Regulation Section of the Laboratory of Genetics and Genomics (LGG) Functional Epigoneomics Unit collects biopsies of the human liver from both young and old patients, some of whom also have hepatocellular carcinoma. The goal is to investigate the epigenetic changes that occur with age and with cancer using the paired-tag sequencing method.

SCOPE OF WORK

General Requirements:  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: 

The contractor shall provide the following services:  

The government will provide human liver samples and instructions for efficient nuclei preparation which is the first step in the process. There are twelve (12) assays for four (4) samples, and three (3) marks. If there are insufficient nuclei for the design, the contractor will seek government approval for the experiment to proceed. Five (5) DNA and five (5) RNA Paired-Tag sub-libraries, consisting of approximately 5,000 cells each, will be prepared, evaluated for size distribution, and provided to government within forty (40) days of the vendor’s receipt of the complete sample set. These steps will be sequential. Any unused samples will be returned to the government.

LEVEL OF EFFORT:  Wet-lab personnel and a Bioinformatician; twelve assays for four (4) samples, three (3) marks in one batch without duplicates; overall completion in forty (40) days.   

GOVERNMENT RESPONSIBILITIES:  Government will be shipping human liver samples to the vendor and reviewing data. Specimens provided to vendor will be de-identified.

DELIVERY OR DELIVERABLES:  Samples will be sent to the vendor for paired-tag sequencing. The DNA libraries will be shipped back to the NIA for sequencing within forty (40 days of the vendor's receipt of the complete sample set. Any unused samples will be returned to the government.

REPORTING REQUIREMENTS: Library concentrations reports will be provided by the vendor to the NIA.

DATA RIGHTS:  The National Institute on Aging shall have unlimited rights to and ownership of all deliverables provided under this contract including reports, recommendations, briefings, work plans and all other deliverables. 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.”

SECTION 508 - ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS:  The contractor is not required to develop, procure, maintain, or use Electronic and Information Technology (EIT) in the performance of the services.

PUBLICATIONS AND PUBLICITY:  The Contractor may not include the results of this contract in any publication or public materials. NIA may publish the results of the sequencing service (with or without co-authors), and if so, the contractor may be cited in this publication for their contribution to materials used for data generation.

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 Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, 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. 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 (Mar 2023) is applicable to this solicitation.
  2. FAR Provision 52.212.2 Evaluation-Commercial Items (Nov 2021) 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 (Dec 2022), is applicable to this solicitation. 
  4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022), 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 (Mar 2023) is applicable to this solicitation.

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

  1. 52.204-7 System for Award Management (Oct 2018),
  2. 52.204-13 System for Award Management Maintenance (Oct 2018),
  3. 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020),
  4. 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
  5. 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 completed copies as separate documents with their quotation.

  1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
  2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
  3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  4. NIH Invoice and Payment Provisions

All responses must be received by April 27, 2023 at 12:00 pm EST and must reference announcement/ solicitation number NIA-23-005549. Responses may be submitted electronically to Carla Blalock (carla.blalock@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.