NIA 23-009245

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

Contact Points

Primary Contract Specialist

Lorraine
Gibbs
lorraine.gibbs@nih.gov

Secondary Contracting Officer

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
541380
Testing Laboratories and Services
Small Business Size Standard
$19M
FPDS Classification Code
Q301
Estimated Period of Performance
September 1, 2023 to August 31, 2024
Delivery of Goods
N/A
Competition Status
Non-Competitive
Vendor Name
University of California, Irvine
Vendor Address
843 Health Sciences Road, Hewitt Hall 2501
Irvine California 92697
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 FAR Part 6—Competition Requirements.

This notice of proposed acquisition is posted as an intent to award a FFP contract on a non-competitive basis to University of California, Irvine, for the Mitochondrial DNA Haplogroup SnP Genotyping research. Previous 624 samples have been haplotyped using 10 specific primer probe sets. In order to combine the data for future analyses and preserve the continuity of the data, it is critical that these additional samples are run using the same primer probe sets and using the same platform and methods of processing. Several companies offer mtDNA sequencing but only University of California Irvine offers mtDNA haplotyping using the required set of 10 primer and probe pairs which are targeted toward haplotype-specific single nucleotide polymorphisms in the mtDNA genome, and uses the QuantStudio 5 Real-Time PCR System.
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulation (FAR) Part 13 - Simplified Acquisition Procedures, and FAR Part 12- Acquisition of Commercial Items, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2023-04 dated June 2, 2023

 

The purpose of this acquisition is to acquire services for the Mitochondrial DNA Haplogroup SNP Genotyping for the National Institute on Aging (NIA) Laboratory of Epidemiology & Population Sciences (LEPS) and Healthy Aging in Neighborhoods of Diversity across the Life Span (HANDLS). 

 

Dysfunctional mitochondria can lead to increased oxidative damage, and mtDNA is more susceptible to damage and mutations. mtDNA haplotypes have been linked to increased chances for age-associated mortality. Establishing whether mtDNA haplogroups influence mitochondrial function and hypertension will contribute to the understanding of population disparities in age-related diseases. The identification of HANDLS participant mtDNA haplotypes will allow for a greater understanding of the potential interactions between mitochondrial DNA, mitochondrial health and function, and overall health.

 

The mtDNA SNPs for analysis were chosen based upon the Simplified mtDNA Lineages from www.mitomap.org and the Cambridge Reference Sequence.  Previously 624 HANDLS (reference 75N95D20P00053) participants were mtDNA haplotyped using this set of 10 primer and probe pairs. Therefore, it is important for continuity of research results that the same set of primer and probe pairs need to be utilized for this 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:

 

Mitochondrial DNA (mtDNA) haplogroup single nucleotide polymorphism (SNP) genotyping for 287 samples should be performed with Applied Biosystems™ TaqMan™ SNP Genotyping Assays (ThermoFisher) with primer sequences custom-designed by Dr. Shari Atilano.  Each custom designed TaqMan SNP Genotyping Assay includes two allele specific TaqMan MGB probes containing distinct fluorescent dyes and a PCR primer pair to detect specific SNP targets.

 

The samples will be provided by the government in 96-well plates at a concentration of 20ng/ul in 50uL volume. Ten genotyping assays should be performed to determine a samples mtDNA Haplogroup following the manufacturer's protocol for TaqPath ProAmp Master Mix. The DNA samples must run on a QuantStudio™ 5 Real-Time PCR System.  

 

SNPs required to be assayed: 

Assay Name 

SNP detected 

G13708A 

A4917G 

C7028T 

UK 

A12308G 

G9055A 

HV 

C14766T 

C12705T 

C3594T 

T10873C 

T14873C 

 

GOVERNMENT RESPONSIBILITIES

The Government will deliver 287 DNA samples on 96 well plates at a concentration of 20ng/ul in 50uL volume.

 

DELIVERY OR DELIVERABLES

The contractor will deliver in a secure electronic method the final mitochondrial haplotype data to the government which include output of SNP primary reactions as well as haplogroup sorting analyses for all 287 samples.

 

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.”  If appropriate, data generated will be made available to the public by publishing the data in a scientific journal.

 

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, if applicable:

 

5. SAM UEI Number:

 

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:

 

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).

 

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 (Dec 2022) 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 (June 2023) is applicable to this solicitation.

 

 6. FAR Clause 52.227-14, Rights in Data-General

 

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. FAR 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).

 

6.  FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023)

 

 

The following provisions and clauses apply to this acquisition and are available 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) 3. NIH Invoice and Payment Provisions

 

4. NIH Invoice and Payment Provisions

 

 

All responses must be received by August 19, 2023, at 5PM and must reference announcement / solicitation number NIA 23-009245. Responses may be submitted electronically to Lorraine Gibbs at Lorraine.Gibbs@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.