Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2024 SAM #8094
SOLICITATION NOTICE

A -- Sequencing and Assay Services

Notice Date
1/23/2024 7:23:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E24Q0018
 
Response Due
1/30/2024 8:59:00 AM
 
Archive Date
03/30/2024
 
Point of Contact
Ms. Millicent Covert, Contracting Officer, Phone: (Calls will not be accepted)
 
E-Mail Address
millicent.covert@va.gov
(millicent.covert@va.gov)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is 36C24E24Q0018. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as Full and Open Competition. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. STATEMENT OF NEED (SON) CONTRACT DESCRIPTION AND REQUIREMENTS The VA North Texas Healthcare System (VANTHCS - Dallas) has a requirement to purchase tumor whole exome sequencing and peripheral blood circulating tumor DNA (ctDNA) assay services in support of VA-funded study. A firm-fixed price contract will be awarded for the purchase of the requirement in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the services. The government reserves the right to award without discussions. 1.1 REQUIREMENT STATEMENT OF WORK A. GENERAL INFORMATION Requirement: In support of VA-funded study, tumor whole exome sequencing and peripheral blood ctDNA testing (single assay) services are necessary to determine a genomic profile and ctDNA dynamics from esophageal cancer patients that respond to standard of care treatment and experimental treatment with itraconazole. Background: The Research department at the VA North Texas Healthcare System (VANTHCS) has a research study that is being funded by the VA Office of Research and Development. This study includes seven participating VA sites with VANTHCS serving as the coordinating/lead site in which the assay will be performed on 98 patients with esophageal cancer at 4 separate times during their medical treatment. The patients will all be enrolled on a clinical trial supported through the VA Office of Research and Development (ORD). Scope of Work: The Contractor shall provide all labor, transportation, expertise, and materials in order to perform tumor whole exome sequencing and peripheral blood ctDNA (circulating tumor DNA) testing (single assay) for a research project at VANTHCS - Dallas. The Contractor shall provide all equipment, labor, and supplies to use patient samples to complete tumor whole exome sequencing and peripheral blood ctDNA) testing, all results provided back to VANTHCS: VA North Texas Healthcare System Office of Research and Development (151) 4500 S. Lancaster Road, Building 43 Dallas, TX 75216 Whole exome sequencing data will also need to be sent to VA Boston, the genomic analysis site: VA Boston Healthcare System - Jamaica Plain Division 150 S Huntington Ave Boston, MA 02130 Period of Performance: The period of performance (POP) shall be Base Year plus 4 option years. Each POP shall be 12 months in length. POP will begin with the date of award. Place of Performance: Performance of the contract will take place at the Contractor s facility. Results will be sent to VANTHCS Dallas or to VA Boston. Type of Contract: Firm Fixed Price B. GENERAL REQUIREMENTS AND QUALIFICATIONS Contactor must have knowledge of the specifications and procedures to complete the tumor whole exome sequencing and peripheral blood ctDNA testing with one single assay per patient/sample. Qualified contractor shall have experience with conducting both tumor whole exome sequencing and peripheral blood ctDNA using these techniques. C. SCHEDULE OF DELIVERABLES Test results will be sent back to VANTHCS Dallas and VA Boston during the period of performance. 1.2 PRICING The Offeror shall submit price quotes for the required services to the specifications listed in Section 1.3 below. Please enclose the established price list and description of capabilities and product specifications for the requirement. Items offered that are brand name or equal shall identify items as being on GSA schedule and reference the contract number. Note: The Offeror should include a description of any support services in the technical quote. Please list pricing as: Per patient pricing per time point (4 times during treatment/study period for 98 test subjects) Initial personalized tumor-informed assay development: $______________ ctDNA molecular residual disease detection assay: $______ per time point ($_____for 4 time points) Total for each patient is $_____. Total contract price is $_________. 1.3 Product Capabilities & Salient Characteristics or equal Tumor whole exome sequencing will be utilized to determine a genomic profile from esophageal cancer patients that respond to standard of care treatment and experimental treatment with itraconazole. Sequencing assay shall have the following characteristics: Must combine both tumor whole exome sequencing and peripheral blood ctDNA (circulating tumor DNA) detection testing Must be highly sensitive, personalized, tumor-informed Must have ability to develop assay from endoscopic tissue samples Must have published performance data for ctDNA in esophageal cancer The product capabilities and salient characteristics identified above by a brand name or equal"" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering ""equal"" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material will not be considered for award. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material will not be considered for award. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation - Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified procedures. Evaluation Factors for Award: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance - Past Performance will be based on the most current CPARS Report. Factor 3 - Price Technical and past performance, when combined, are greater than that of price. The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. 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. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation 36C24E24Q0018 in the subject line of the email. No telephone requests for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by 11:59 Noon EST, Tuesday, January 30, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/99ec26fb163c46dbaa6418d4f170f094/view)
 
Place of Performance
Address: TBD/Vendor's Facility
 
Record
SN06942271-F 20240125/240123230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.