Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
SOLICITATION NOTICE

B -- Whole Genome Sequencing

Notice Date
7/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1103394
 
Archive Date
8/2/2012
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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. The solicitation number is 1103394. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 dated May 18, 2012. The associated North American Industry Classification System (NAICS) Code is- 541380- Testing Laboratories; Small Business Size Standard is $14 million and is issued as full and open competition. The U.S. Food and Drug Administration (FDA), the National Center for Toxicological Research (NCTR) is soliciting for a contractor to perform whole genome sequencing using Next-Generation sequencing technology as part of an on-going study with NCTR-led Sequencing Quality Control (SEQC) project. The service of Whole Genome Sequencing (Human) for human genomic DNA samples requires at least 30X coverage, from short-insert paired end reads. Package includes consensus sequence from Efficient Large-Scale Alignment of Nucleotide Database (ELAND) alignment and called Single Nucleotide Polymorphisms (SNPs). The government will send contractor encoded and de-identified DNA samples from 38 subjects and the contractor shall make libraries, perform sequencing and provide encrypted raw data. Upon award, the samples will be sent to the contractor as soon as the FDA receives an approval from the Research Involving Human Subjects Committee (RIHSC), which is expected by August 15, 2012. Performance requirements: a. The contractor must independently assess the quantity and quality of the DNA samples provided by the government to ensure that they are acceptable for sequencing. b. Preparation of libraries from the DNA samples that can be run on the Next-Gen platform. c. Sequencing of the libraries using the next-gen technology. The parameters for the sequencing are short-insert paired end reads, 100 bases per read, and a depth of coverage of at least 30x across the human genome per sample. d. Alignment of the read data to the current reference human genome. At least 85% unambiguous alignment is required. Samples that fail to meet the requirements shall be re-analyzed at no additional cost to the government. e. The following data analysis and output must be provided: The data will be provided on portable hard drives of sufficient capacity to hold the data (multiple hard drives may be used if needed). 1. FASTQ files for each sample. 2. A metadata table with details about the sample processing at the contractor's laboratory, including flow cell statistics outlining the quality and yield of the flow cell(s) where samples were clustered and sequenced. 3. QC files regarding any presence of artifact/duplicate sequences, along with base distributions and qualities. 4. An alignment file (BAM format) containing best alignments of each read to the applicable genome, with un-mappable reads also included. FOB Point Destination. FOB Point of Delivery for Services and Supplies will be the FDA/NCTR located at 3900 NCTR Road, Jefferson, AR 72079. Payment terms net 30 days after government acceptance of the supplies/services. Period of Performance: The Government will provide all samples when the Research Involving Human Subjects Committee (RIHSC) approval is received which is expected by August 15, 2012. The contractor shall run all samples and return results no later than 50 calendar days after contractor's receipt of Government provided samples. Schedule of Items: Line item Description Estimated Quantity Unit Price Total Price 1. Whole genome sequencing services and final report, data analysis as described above (Performance Requirements a-e.), quanity 38, Unit Price $_________, total price $______________. Contract clauses- The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to this acquisition. The following addenda have been attached to the clause. The following additional provisions and/or clauses apply and incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at https://www.acquisition.gov/far/ 52.204-4 Printed or Copied Double-Sided on Recycled Paper.(MAY 2011) 52.204-7 Central Contractor Registration. (FEB 2012) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.202-1 Definitions JAN 2006 352.203-70 Anti-Lobbying JAN 2006 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations OCT 2009 352.223-70 Safety and Health JAN 2006 352.231-71 Pricing of Adjustments JAN 2001 352.242-71 Tobacco-Free Facilities JAN 2006 The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The COR for this order is: to be completed at time of award. The COR is responsible for: (1) Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) Interpreting the statement of work and any other technical performance requirements; (3) Performing technical evaluation as required; (4) Performing technical inspections and acceptances required by this contract; and (5) Assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) Direct or negotiate any changes in the statement of work; (2) Modify or extend the period of performance; (3) change the delivery schedule; (4) Authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract. The government reserves the right to increase or decrease the actual quantity ordered at time of award. Invoice Submission Invoices shall be submitted to the attention of the designated Contract Specialist identified below and contain all necessary information per FAR 52.212-4 (g) in accordance with the following instructions. I. An original and two (2) copies shall be submitted to: Food and Drug Administration Nick Sartain 3900 NCTR Road Building 50, Room 422 Jefferson, AR 72079 Or electronically at nick.sartain@fda.hhs.gov II. One copy to the Contracting Officer Representative (COR) or other program center/office designee, clearly marked "courtesy copy only: To be completed at time of award. Questions regarding invoice payments should be directed to the FDA payment office at a telephone number provided above. Questions relating to when payment will be received should be directed to the FDA payment office at the email below or at (870) 543-7446 or (870) 543-7042. nctrinvoices@fda.hhs.gov. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAY 2012) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 alt I, 204-10, 209-6, 209-10, 52.219-6, 52.219-14, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-15, 52.223-16, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Solicitation provisions Contract Type: Commercial Item-Firm Fixed Price. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) applies to this solicitation. The following addenda have been attached to this provision: Addendum Paragraph (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm until September 30, 2012. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the items/services offered to meet or exceed the Government's requirement. (ii) Past Performance (ii) Price. Technical and past performance is significantly less important when compared to price in determining the best value to the government. Technical capability will be determined by review of information submitted by the offeror which must provide sufficient technical information necessary for the Government to conclusively determine that the offered products and services meet the technical requirements identified above. Offerors shall specifically address each performance requirements stated above to demonstrate that the proposal meets the technical requirements. Provide the sequencing platform to be used and if other than Illumina provide documentation that the government will be able to make one to one comparisons between the data without introducing bias from other platforms. Offerors can provide technical specifications, descriptive material, literature, brochures and other information which demonstrates the capabilities of the offeror. In its proposal, the Contractor shall state how much DNA for each sample the Government must provide in order to conduct a proper analysis. Provide a list of prior similar experience in Next-Gen sequencing work and contact information of at least two references that can be contacted that the contractor has provided similar services for within the last two years. Name, telephone number, email address, contract number and description of the services with dollar amount received for those services. The government is not responsible for locating or securing any information, which is not identified in the proposal however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Contractors shall include the firm's DUNS number with quote. (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. The government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 1103394. The offers are due in person, by postal mail or email to the point of contact listed below on or before July 18, 2012 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OO/OFBA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1103394/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02796816-W 20120711/120709234557-8ffbb6101dd21b33a895824ad4164847 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.