NIA21-010772MD

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Single nucleotide variant (SNV) genotyping of engineered target sites in iPSC clones for the iPSC Neurodegenerative Initiative (iNDI) project
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Malita
Dyson
malita.dyson@nih.gov

Secondary Contracting Officer

Katie
Cartwright
katie.cartwright@nih.gov
NAICS Code Number
541380
Laboratory and Testing Services
FPDS Classification Code
Q301
Estimated Period of Performance
08/23/2021-05/31/2022
Competition Status
Non-Competitive
Vendor Name
THE JACKSON LABORATORY
Vendor Address
600 MAIN ST
BAR HARBOR, ME 04609-1500
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.

The workflow shall include long-range PCR (LR_PCR) of regions 5' and 3' to the engineered SNV that contain a known heterozygous snp in the KOLF2.1 iPSC line. In order to ensure the continuity of ongoing research projects, Jackson Labs is the only vendor that can provide the long read PCR services. Jackson lab has already genetically produced the proprietary KOLF2.1 iPSC clones. No other vendor can provide the proprietary iPSC clones used as starting material for the long read PCR PCR reactions.
Background/Description of Requirement

Acquisition Authority: 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 2021-06 published in the Federal Register on July 12, 2021.

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

The iNDI project has engineered a set of iPSC lines, each with a single nucleotide variant (SNV) inserted into the genome that is relevant to Alzheimer’s Disease and Related Dementias, using CRISPR/Cas9 gene editing. However, there are reported on-target events that occur during CRISPR/Cas9 editing that can cause loss of the desired SNV. The Contractor will develop and run long-range PCR assays on 75 homozygous (SNV/SNV) cell lines (projects) engineered for the iNDI project to detect on-target events in the cell lines.

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 vendor will perform single nucleotide polymorphism genotyping of SNV-engineered target sites in homozygous (SNV/SNV) iPSC clones in support of the iPSC Neurodegenerative Initiative (iNDI) project. The workflow shall include long-range PCR (LR_PCR) of regions 5' and 3' to the engineered SNV that contain a known heterozygous snp in the KOLF2.1 iPSC line. Vendor shall use Sanger sequencing of the products to determine if the known snp is present or absent. The absence of a heterozygous double peak at the snp site indicates that a potential "on-target" event occurred during the SNV editing. This workflow also includes primer design and target site testing prior to running the assay on the SNV/SNV clone sidentified in the iNDI project.

This workflow shall encompass testing 75 target sites and running the LR_PCR assay on 75 SNV projects.

LEVEL OF EFFORT

This workflow shall encompass testing 75 target sites and running the LR_PCR assay on 75 SNV projects.

GOVERNMENT RESPONSIBILITIES

The government will provide iPSC starting material to vendor.

DELIVERY OR DELIVERABLES

For each of the 75 target sites, vendor will produce 6 clones; 2 LR_PCR products per clone. For each of the 75 target sites, vendor will produce 6 clones; 2 Sanger sequencing reactions of LR_PCR products. 

Vendor staff will provide the assay results via reporting transfer thru email. 

REPORTING REQUIREMENTS
The vendor is to provide documentation regarding:

Sanger sequencing of the LR_PCR products on 6 clones for each of the 75 target sites

OTHER CONSIDERATIONS

Travel:

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

Key Personnel:

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

Section 508- Electronic and Information Technology Standards:

The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998.

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 (Oct 2020)

2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), 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. DUNS 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:

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.