SOLICITATION NOTICE
66 -- Affymetrix 3IVT Arrays
- Notice Date
- 8/31/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH11T0605
- Response Due
- 9/7/2011
- Archive Date
- 11/6/2011
- Point of Contact
- Ryan Jorgensen, 301-619-2359
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(ryan.jorgensen@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued; offers are being requested and a separate written solicitation will not be issued. A firm fixed-price award will be made to the responsible offeror who provides the lowest acceptable quote. The resulting award will be a Firm Fixed Price. THIS SOLICITATION IS BEING ADVERTISED ON AN UNRESTRICTED BASIS INVITING FULL AND OPEN COMPETITION. Description: The U.S. Army Medical Research Acquisition Activity (USAMRIID) at Ft. Detrick - Maryland 21702 requires a Array that provides complete coverage of the Mouse Expression Set. USAMRIID seeks a array that can meet or exceed the following criteria: Minimum Essential Characteristics (MEC) for the Illumina Mouse WG-6 v2 Expression BeadChip Array: 1.Should provide simplified and comprehensive whole genome hybridization-based array. 2.Arrays designed using bead array technology constructed by introducing oligonucleotide bearing 3-micron beads to micro-wells etched into the surface of a slide-sized silicon substrate. Beads should contain hundreds of thousands of copies of covalently-attached, full-length oligonucleotide probes and is represented with an average 30-fold redundancy. 3.Array should be based on the MEEBO set and a publically available 70mer oligonucleotide probe sequence. Derived from constitutively expressed exons allowing the interrogation of almost 25,000 genes. Allows differentiation between constitutively expressed versus alternatively expressed exons. 4.Should utilize multiple methods to assure oligonucleotide quality including: Real-Time Digital Trityl Monitoring Capillary Electrophoresis (CE) Optical Density (OD260) Analysis - Oligo yield is quantitated by measurement of UV absorbance at 260 nm 5.Critical Chip Specifications: Probe Length: 50mer gene specific probe plus 29mer address sequence Probes: 48,318 (MouseWG-6) Sensitivity: 1:250,000 Dynamic Range: 3 logs Precision: 1.35 fold Starting Material: 50-100 ng Hybridization Volume: 30ul Minimum Essential Characteristics (MEC) for the Affymetrix GeneChip Mouse Genome 430 2.0 Array: 1.Array should provide complete coverage of the Mouse Expression Set 430 for analysis of over 39,000 transcripts on a single array and variants from over 34,000 well-characterized mouse genes. 2.Probe sets should be derived from GenBank, dbEST, and RefSeq. The sequence clusters should be created from the UniGene database the refined by analysis and comparison to the Whitehead Institute of Genome Research. All probes should be complementary to each corresponding sequence and synthesized in situ on the array. 3.Eleven pairs of oligonucleotide probes should be used to measure the level of transcription of each sequence represented on the GeneChip Mouse Genome 430 2.0 array. 4.Arrays should utilize the GeneChip Operating Software (GCOS) software with the GeneChip Scanner 3000 High resolution Scanning Patch and the GeneChip Scanner 3000 enabled for High-resolution scanning. 5.Critical Chip Specifications: Numbers of arrays in set: 1 Numbers of probe sets: >45,000 Feature Size: 11um Oligonucleotide probe length: 25-mer Control sequences include: oHybridization controls: bioB, bioC, bioD, cre oPoly-A controls: dap, lys, phe, and thr oNormalization Control Set: 100 probe sets oHousekeeping/Control gene: GAPDH, Beta-Actin, transferring receptor, pyruvate carboxylase Detection sensitivity: 1:100,000 When submitting proposals for this requirement reference control number W81XWH-11-T-0605. This is a full and open competition, NAICS 541380 with a size standard of 12 Million Dollars. All quotes received for procurement must be for the entire requirement; no partial offers shall be accepted. All Contractors must submit offers that comply with all of the Performance Work Statement. Offerors must be able to receive payments via Electronic Funds Transfer through the Wide Area Work Flow (WAWF). Offerors must be valid on the Central Contractor Registry (CCR) and must remain valid/active for the duration of the contract. This synopsis/solicitation document incorporates provisions and clauses as follows: FAR 52.202-1 Definitions; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1 Instructions to Offeror Commercial Items, If the offeror has completed these provisions electronically as part of its annual representations and certifications at https://orca.bpn.gov, the contracting officer may consider this information instead of requiring the offeror to complete these provisions for a particular solicitation. 52.212-2 Evaluation Commercial Items- (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The proposals will be evaluated based on lowest price, technically acceptable. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3 Offeror Representations and Certification Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. Addendum to 52.212-4: 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services; The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of award expiration. 52.217-9 Option to Extend the Term of The Contract; (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. FAR 52.246-4 Inspection of Services Fixed Price; The Government retains the rights provided in this clause. 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE; 52.214-35 SUBMISSION OF OFFERS IN U.S. CURRENCY; THE CLAUSE 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2011) (A) THE CONTRACTOR SHALL COMPLY WITH THE FOLLOWING FEDERAL ACQUISITION REGULATION (FAR) CLAUSES, WHICH ARE INCORPORATED IN THIS CONTRACT BY REFERENCE, TO IMPLEMENT PROVISIONS OF LAW OR EXECUTIVE ORDERS APPLICABLE TO ACQUISITIONS OF COMMERCIAL ITEMS: (1) 52.222-50, COMBATING TRAFFICKING IN PERSONS (FEB 2009) (2) 52.233-3, PROTEST AFTER AWARD (AUG 1996) (3) 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) (B) THE CONTRACTOR SHALL COMPLY WITH THE FAR CLAUSES IN THIS PARAGRAPH (B) THAT THE CONTRACTING OFFICER HAS INDICATED AS BEING INCORPORATED IN THIS CONTRACT BY REFERENCE TO IMPLEMENT PROVISIONS OF LAW OR EXECUTIVE ORDERS APPLICABLE TO ACQUISITIONS OF COMMERCIAL ITEMS: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT WITH ALT I; 52.219-14 LIMITATIONS ON SUBCONTRACTING; 52.222-3 CONVICT LABOR; 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES; 52.222-21 PROHIBITION OF SEGREGATED FACILITIES; 52.222-26, EQUAL OPPORTUNITY; 52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; 52.222-50 COMBATING TRAFFICKING IN PERSONS; 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION; 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES; 52.233-1 DISPUTES; 52.233-3 PROTEST AFTER AWARD; 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM; 52.237-3 CONTINUITY OF SERVICES; 52.242-13 BANKRUPTCY; 52.242-15 STOP-WORK ORDER; 52.243-7 NOTIFICATION OF CHANGES; 52.246-1 CONTRACT INSPECTION REQUIREMENTS; 52.253-1 COMPUTER GENERATED FORMS; 52.027-4005 EXPORT CONTRACT ACT COMPLIANCE - THE CONTRACTOR SHALL ASSESS THE WORK TO BE PERFORMED IN THIS EFFORT TO ASSURE THAT ALL ACTIONS ARE IN COMPLIANCE WITH THE EXPORT ADMINISTRATION REGULATIONS, 15 CFR PART 730 (EAR), OF THE EXPORT ADMINISTRATION ACT OF 1979, 50 U.S.C. APP. 2401-2420 (EAA). TECHNOLOGY LISTED IN THE COMMERCE CONTROL LIST (CCL), 15 CFR PART 774, OF THE EAR SHALL NOT BE EXPORTED OR EXPOSED TO FOREIGN NATIONALS WITHOUT THE WRITTEN CONSENT OF THE U.S. DEPARTMENT OF COMMERCE; THE CLAUSE 52.216 -1 TYPE OF CONTRACT - THE GOVERNMENT CONTEMPLATES AWARD OF A FIRM FIXED PRICE CONTRACT RESULTING FROM THIS SOLICITATION. 52.252-1 Solicitation Provisions Incorporated by Reference - This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this www.usamraa.army.mil. (end provision); 52.252-2 Clauses Incorporated by Reference - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.usamraa.army.mil. (End clause); The following DFARS clauses apply to 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2010),Paragraph (a) clause FAR 52.203-3, Gratuities, Paragraph (b) clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7006 Billing Instructions; 252.225 -7001 Buy American Act and Balance of Payment Program; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Required Central Contractor Registration; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Payment; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.246-7000 Material Inspection and Receiving Report. The full FAR/DFAR information may be obtained at http://www.arnet.gov/far. All questions are due by ---- in writing via email to ryan.jorgensen@amedd.army.mil. Please reference control number W81XWH-11-T-0135 in the email's subject line. Quotes are due on --------- E.S.T. to Erin Maddox via email to the above email or via fax to 410-436-4863. All responsible sources may submit an offer, which shall be considered by the agency. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: Contracting Office: US Army Research Acquisition Activity, Contract Specialist: Ryan Jorgensen, Contracting Officers Technical Representative, (l) Contract Number, (2) Delivery Order Number: N/A, (3) Task Order Number, (4) Requiring Activity Unit Identification Code (UIC), (5) Command: W74DAA, (6) Contractor Contact Information, (7) Federal Service Code (FSC): R499, (8) Direct Labor Hours, (9) Direct Labor Dollars, (10) Location. The CMRA help desk number is 703-377-6199 for any technical questions. As part of its quote or offer, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. The reporting period will be the period of performance not to exceed 12 months.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH11T0605/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN02558151-W 20110902/110901000750-08bfd2e5b961a4bd01ab096c8f6564ed (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |