Search Contract Opportunities

Genotyping Services   2

ID: 75N95025Q00086 • Type: Synopsis Solicitation

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 75N95025Q00086 and the solicitation is issued as a request for quotation (RFQ).

This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures; and FAR Part 12 Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-01, with effective date November 12, 2024.

(iv) The associated NAICS code 541380 - Testing Laboratories and Services and the small business size standard is $19 million. This requirement is full and open with no set-aside restrictions.

(v) This requirement is for the following services:
Genotyping of 1500 DNA samples of patients and controls. Genotyping services are necessary for the National Institute on Aging (NIA) to be successful in advancing research projects in Alzheimer's Disease and Related Dementias.

(vi) The National Institute on Aging (NIA) requires the creation of a national resource of isogenic sets of Alzheimer's Disease and Related Dementias mutation iPSC lines, complimented by foundational phenotypic datasets from differentiated disease-relevant cells derived from these lines. NIA anticipates that this resource will substantially accelerate the pace of mechanistic discovery regarding how Alzheimer's Disease and Related Dementia mutations cause disease.

The Contractor shall perform microarray genotyping for 1500 samples on Illumina Infinium Global Diversity + Neurobooster Arrays.
The Contractor will perform sample QC and chip preparation on 1500 samples.
The Contractor shall scan chip arrays using the Illumina iScan platform.
The Contractor shall proceed with genotyping on QC failed samples upon Government's request and confirmation. Otherwise, Contractor will cancel the sample genotyping services.
The Contractor's customer service department as well as the technical support department shall return emails and calls within 24 hours of requests regarding project progress and troubleshooting concerns.
The Contractor shall provide daily pick up of samples from the NIH Bethesda campus.
LEVEL OF EFFORT:
Vendor staff will provide the assay results via reporting transfer thru email, along with routine trouble shooting communications.

GOVERNMENT RESPONSIBILITIES
Government will provide >400ng gDNA with clear band on gel as the starting material to the vendor. The Government will provide array chips to the vendor.

DELIVERY OR DELIVERABLES
Contractor shall provide raw data in .idat format uploaded to GP2 Google Cloud within 4-6 weeks after samples pass their initial QC.

REPORTING REQUIREMENTS
The vendor is to provide documentation regarding project progress, assay results, and troubleshooting communications on a weekly basis.

TRAVEL:
The principal place of performance is the vendor's work site. Travel for contractor employees will not be necessary.

KEY PERSONNEL:
Vendor will provide a dedicated project manager to the government as a contact point for the services.

Section 508 Electronic and Information Technology Standards:
The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998.

(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is twelve (12) months ARO.
(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far
https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(End of provision)

The following provisions apply to this acquisition and are incorporated by reference:
FAR 52.204-7, System for Award Management (Nov 2024)
FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (Dec 2023)
FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024)
HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)

The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:
https://www.acquisition.gov/browse/index/far
https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html

(End of clause)

The following clauses apply to this acquisition and are incorporated by reference:
FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached.
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)

The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions below and submit completed copies as separate documents with their proposal.

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (Nov 2024)
FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014).
NIH Invoice and Payment Provisions

(ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 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:
a. Technical capability of the item offered to meet the Government requirement;
b. Price; and
c. Past performance [see FAR 13.106-2(b)(3)].

Technical and past performance, when combined, are significantly more important than cost or price

(b) 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.

(x) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services (Feb 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.

(xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

(xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xii) Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount.

The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), 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.

All quotations must be received by 11:00 A.M. Eastern, on December 27, 2024, and reference Solicitation Number 75N95025Q00086. Responses must be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov.

Fax responses will not be accepted.

Background
The National Institute on Aging (NIA) is issuing this solicitation for genotyping services to support research projects in Alzheimer's Disease and Related Dementias.

The goal of the contract is to create a national resource of isogenic sets of mutation iPSC lines and foundational phenotypic datasets, which will enhance mechanistic discovery related to these diseases.

Work Details
The Contractor shall perform the following tasks:
- Genotyping of 1500 DNA samples using Illumina Infinium Global Diversity + Neurobooster Arrays.
- Conduct sample quality control (QC) and chip preparation for all 1500 samples.
- Scan chip arrays using the Illumina iScan platform.
- Proceed with genotyping on QC failed samples upon Government’s request; otherwise, cancel the sample genotyping services.
- Provide customer service and technical support, responding to emails and calls within 24 hours regarding project progress and troubleshooting concerns.
- Ensure daily pickup of samples from the NIH Bethesda campus.
- Deliver raw data in .idat format uploaded to GP2 Google Cloud within 4-6 weeks after samples pass their initial QC.
- Provide weekly documentation on project progress, assay results, and troubleshooting communications.

Period of Performance
The anticipated period of performance for this contract is twelve (12) months after receipt of order (ARO).

Place of Performance
The principal place of performance is the vendor’s work site; travel for contractor employees will not be necessary.

Overview

Response Deadline
Dec. 27, 2024, 2:00 p.m. EST (original: Dec. 27, 2024, 11:00 a.m. EST) Past Due
Posted
Dec. 20, 2024, 3:57 p.m. EST (updated: Dec. 27, 2024, 10:50 a.m. EST)
Set Aside
None
Place of Performance
Bethesda, MD 20892 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
The solicitation is open for 6 days, below average for the National Institute on Drug Abuse.
On 12/20/24 National Institute on Drug Abuse issued Synopsis Solicitation 75N95025Q00086 for Genotyping Services due 12/27/24. The opportunity was issued full & open with NAICS 541380 and PSC Q301.
Primary Contact
Name
Hashim Dasti   Profile
Phone
(301) 402-8225

Documents

Posted documents for Synopsis Solicitation 75N95025Q00086

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 75N95025Q00086

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 75N95025Q00086

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 75N95025Q00086

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 75N95025Q00086

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NATIONAL INSTITUTES OF HEALTH NIDA
FPDS Organization Code
7529-75N950
Source Organization Code
100189048
Last Updated
Jan. 11, 2025
Last Updated By
hashim.dasti@nih.gov
Archive Date
Jan. 11, 2025