Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
SOLICITATION NOTICE

B -- MethylSeq Capture, Bisulfite Treatment, Sequencing and Analysis of gDNA from human subjects

Notice Date
3/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
HHS-NIH-NHLBI-CSB-2015-093-DLM
 
Archive Date
4/11/2015
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) "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." (ii) The solicitation number is HHS-NIH-NHLBI-CSB-(HG)-2015-093-DLM and the solicitation is being posted as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80, March 2, 2015. (iv) This is set-aside for a small business, the associated NAICS code is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except biotechnology) small business size standard is. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. (v) Procurement Line item : 1. Library Construction Genomic DNA samples from 94 human subjects (Minimum 6 ug high-quality gDNA per subject); 188 total samples for library preparation (2 per subject - bisulfite treated and untreated samples); Agilent SureSelectXT Human MethylSeq capture and Illumina barcoded library generation; and 188 total libraries (94 bisulfite treated, 94 non-treated). Background : The National Institute of Health (NIH) is the nation's leading medical research agency and the primary Federal agency mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Human Genome Research Institute (NHGRI) mission has expanded to encompass a broad range of studies aimed at understanding the structure and function of the human genome and its role in health and disease. The NHGRI/DIR Cardiovascular Disease Section (CDS) and the NHGRI/DIR Social Epidemiology Research Unit conducts a broad program of clinical and translational research seeking a greater understanding of the genomic basis of human cardiovascular disease. A major component of the research centers is understanding epigenetic modifications contributing to cardiovascular disease phenotypes such as resistant hypertension and coronary calcification. Objectives: The goals of the NHGRI/DIR Cardiovascular Disease Section (CDS) and NHGRI/DIR Social Epidemiology Research Unit (SERU) include identifying sites of epigenetic modifications contributing to cardiovascular disease endpoints such as resistant hypertension and coronary calcification. Epigenetic modifications such as DNA methylation have been implicated in cardiovascular disease, including atherosclerosis. DNA methylation polymorphisms may be used as an early biomarker of atherosclerosis since they are present before lesions are observed, which may provide an early tool for detection and risk prevention Therefore, it is an essential component of the GENE-FORECAST® study's in-depth cardiovascular phenotyping. DNA methylation (a biochemical process where a methyl group is added to the cytosine or adenine DNA nucleotides) is a primary mechanism of epigenetic modification. Currently, bisulfite treatment of methylated DNA followed by next-generation sequencing (Methyl-Seq) is the gold standard experimental technique for analysis of DNA methylation. Methyl-Seq experiments can focus either on the whole genome or on specific regions of the genome known to be affected by DNA methylation (the methylome). Contractor Requirement : 1. The Contractor shall use Illumina Sequencing, approximately 80x coverage (based on 84 Mb capture) with over 6.5 Gb of data per sample Paired-end reads, Minimum read length 100 bp 188 samples total for sequencing; 2. The Contractor shall provide analysis: FASTQ Raw Sequence Files; Alignments to reference genome; coverage characterization of the reference Comparative SNP to identify bisulfite conversions; and Web-based ActiveSite Viewer for data sorting and refinement Analysis consultation; and 3. The Contractor shall provide a standard turnaround, 14-16 weeks. Shipping : • DNA samples will be shipped using gel ice in a Saf-T-Pak container. Anticipated Period of Performance : Base Year: 12 Months Upon Award vi. Place of Performance will be held at NIH and Contractor's Location. vii. The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. viii. EVALUATION OF PROPOSALS: The Government will evaluate proposals that are determined technically acceptable in accordance with the Technical Evaluation factors. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract. Evaluation of Proposals: The Government reserves the right to make an award without discussions based solely upon initial proposals. EVALUATION FACTORS: 1. Contractor shall have experience using Illumina Sequencing, approximately 80x coverage (based on 84 Mb capture) with over 6.5 Gb of data per sample Paired-end reads, Minimum read length 100 bp 188 samples total for sequencing; 2. The Contractor shall provide analysis: FASTQ Raw Sequence Files; Alignments to reference genome; coverage characterization of the reference Comparative SNP to identify bisulfite conversions; and Web-based ActiveSite Viewer for data sorting and refinement Analysis consultation; and 3. Contractor shall provide a standard turnaround, 14-16 weeks. A. Price (This will be Firm-Fixed Price): An evaluation of the offeror's price proposal will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial or GSA price schedules (if applicable), and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). ix. The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. The proposal must reference the RFP Number: HHS-NIH-NHLBI-CSB-(HG)-2015-093-DLM. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency by 8:00 a.m. Eastern Time, March 27, 2015. All proposals shall contain the following: 1. Name of Contracting Organization; 2. Solicitation number; 3. Contract Type; 4. Total Contract Value and Discounts; 5. Description of Requirement; 6. North American Industry Classification System (NAICS) Code; and 7. DUNS Number. x. In accordance to FAR clause 52.212-2, Evaluation - Commercial Items xi. In accordance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on- line at https://www.sam.gov/portal/public/SAM/. xii. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. xiii. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this Acquisition. Additional FAR Clauses include: FAR clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL2013) (Pub.L. 109-282) (31 U.S.C. 6101 note). FAR clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG2011). FAR clause 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL2013) (31 U.S.C. 3332). xiiii. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. xv. The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. xvi. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Offers are due by 8:00 A.M. Eastern Time (EST) on March 27, 2015. Proposals can be emailed to the Contracting Officer, Dorothy Maxwell at maxwelld@mail.nih.gov, place RFP Number: HHS-NIH-NHLBI-CSB-(HG)-2015-093-DLM on the quotation. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. Offerors' proposals shall not be deemed received by the Government until the proposal is entered into the e-mail address inbox set forth above. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-2015-093-DLM/listing.html)
 
Place of Performance
Address: NIH and Contractor's Location, United States
 
Record
SN03675038-W 20150322/150320235322-3373f8ecbf9fd8f9ea09748e604480eb (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.