NIA 23-010553

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
ATAC Libraries Sequencing
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Carla
Blalock
carla.blalock@nih.gov

Secondary Contracting Officer

Wiwa
Lui
wiwa.lui@nih.gov
NAICS Code Number
541380
Testing Laboratories
Small Business Size Standard
$19M
FPDS Classification Code
Q301
Estimated Period of Performance
09/05/2023 - 06/06/2024
Set-Aside Status
Not Set Aside
Competition Status
Non-Competitive
Vendor Name
Johns Hopkins Medical Institute (JHMI) Transcriptomics and Deep Sequencing and Core
Vendor Address
733 North Broadway, MRB 359
Baltimore MD 21205
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 purchase order on a non-competitive basis to John Hopkins Medical Institute (JHMI) Transcriptomics and Deep Sequencing and Core, for ATAC Libraries Sequencing services. JHMI is the only available source because they have the state-of-the-art equipment to carry out these studies. NIA/LMBI has worked with the facility in the past and found them to be extremely responsive to the agency’s needs, both in terms of timeliness and quality of the final product. JHMI facility is local and NIA/LMBI can deliver the materials to Johns Hopkins at a regular basis without incurring costs and risks involved in mailing critical biological material nation-wide. Finally, NIA/LMBI must use this service to maintain the consistency and the integrity of the data as with the prior service JHMI has provided in the past with this project and related projects.
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 2023-04 dated June 2, 2023. 

The National Institute on Aging (NIA), Laboratory of Molecular Biology and Immunology (LMBI) requires services for deep sequencing using one (1) Novaseq SP300 and one (1) NovaSeq S4 300 flow cells for 86 samples of ATAC libraries.  The contractor will provide the government with FASTQ files of the data for computational analyses at NIA.  FO and MZ B cells and CD4N T cells will be extracted from the spleen and the Thymus of different mouse ages and strains.  ATAC libraries will be prepared at the NIA and provided to the contractor for deep sequencing.  The contractor will carry out deep sequencing using NovaSeq.  The contractor will provide the government with FASTQ files of the data for computational analyses at NIA. 

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: 

The Contractor shall provide the following services:

  • 120 million reads per sample
  • 2x150 cycle sequencing.
  • SP and S4 flowcell
  • Novaseq sequencer

GOVERNMENT RESPONSIBILITIES:  The government will provide the contractor with the samples.

DELIVERY OR DELIVERABLES:  The vendor will provide documentation to show the service was completed. The government POC will verify the quality of the data and sign documentation confirming the receipt. Deliverables will be submitted in the electronic format.The contractor will provide us with the FASTQ and efiles.

DATA RIGHTS:  The NIA shall have unlimited rights to, and ownership of all deliverables provided under this procurement including reports, analyses, recommendations, briefings, work plans, created SOPs and all other deliverables. In addition, it includes any additional deliverables required by contract change. HHSAR clause 352.227-14, “Rights in Data-Exceptional Circumstances,” is hereby incorporated by reference and shall be made a part of any resulting contract/order. 

 

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.”

SUMMARY STATEMENT:

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 Offerers-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 offerer 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 Clause 52.213-4, Simplified Acquisitions Other Than Commercial Products and Commercial Services (June 2023), is applicable to this solicitation.
4.    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.    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 incorporated as an attachment. Offerers 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 September 3, 2023 at 12 pm EST and must reference announcement/ solicitation number NIA-23-010553. Responses may be submitted electronically to Carla Blalock (Carla.blalock@nih.gov 9). 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.