Contact Points
This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to the Johns Hopkins University. Since the previous samples were processed and sequenced by the Deep Sequencing and Microarray Core within the Johns Hopkins University, it is detrimental that the next samples to be processed are done using the same protocol to be able to be pooled for comparison. Changing to another Contractor would result in extensive delays with redundant cost to the Government and data that could not be compared with the previous samples, due to technical changes. The JHMI Deep Sequencing and Microarray Core’s services are required to meet the needs of this 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 2022-07 dated August 10, 2022.
The Immunotherapeutic Unit of the Laboratory of Molecular Biology and Immunology (LMBI), National Institute on Aging (NIA) has published data showing that old immune cells have skewed tumor responses and can negatively affect insulin sensitivity. We identified bacterial species that are reduced in the aging gut. By long term supplementation with specific bacteria, we try to circumvent these aging issues. We are also trying to understand ways cancer utilizes to circumvent immune surveillance. Preliminary studies showed that immune responses change with aging and this is influenced by microbiota. The current study is a continuation of a long running project that seeks to clarify the impact of modulating microbiota in aging. These sequencing services will support the study of the longitudinal changes in the bacterial content of feces after Akkermansia gavage.
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:
Metagenomic sequencing of 70 fecal samples to include DNA extraction, library preparation, and targeting 50M reads/sample.
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.
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), place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), 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. Open Market; GSA FSS Contract Number; Other Government Agency(OGA) Contract Number, Government-wide Agency (GWAC) Contract Number;or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:
5. SAM Unique Entity Identifier (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 (Sept 2021) is applicable to this solicitation,
2. FAR Provision 52.212.2 Evaluation-Commercial Items (Oct 2014) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR13.106-2 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 (Feb. 2021), is applicable to this solicitation,
4. FAR Clause 52.213-4, Terms and Conditions-Simplified Acquisitions (Other than Commercial Products and Commercial Services). (Jan. 2022), is applicable to this solicitation,
5. FAR Clause 52.227-14, Rights in Data- General (May 2014).
In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference:
52.204-7 System for Award Management (Oct 2018),
52.204-13 System for Award Management Maintenance (Oct 2018),
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020),
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),
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 (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)4. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this
acquisition,
4. NIH Invoice and Payment Provisions.
All responses must be received by September 11,2022, at 12:00pm EST and must reference announcement/ solicitation number NIA-22-010696. Responses may be submitted electronically to Jacqueline Newman (jacqueline.newman@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.