SOLICITATION NOTICE
66 -- NEXT-GENERATION DNA SEQUENCING SERVICES - Package #1
- Notice Date
- 3/15/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB134118RQ0282
- Archive Date
- 4/13/2018
- Point of Contact
- Harry L. Brubaker, Phone: 3019758330, Wendy Paulo, Phone: 3019753976
- E-Mail Address
-
Harry.Brubaker@nist.gov, Wendy.Paulo@nist.gov
(Harry.Brubaker@nist.gov, Wendy.Paulo@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SB134118RQ0282-Provisions and Clauses SAP Commercial-FBO SB134118RQ0282-StatementOfWork-FBO SB134118RQ0282-SolicitationInstructions-FBO NEXT-GENERATION DNA SEQUENCING SERVICES This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13.5 Simplified Procedures for Certain Commercial Items. This solicitation is a Request for Quotations (RFQ) to establish a single award Blanket Purchase Agreement (BPA). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective 01/24/2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990 with a small business size standard of $15 Million. This acquisition is being procured as a 100% Small Business Set-Aside. Only quotes submitted by qualified small business concerns will be considered for award. The National Institute of Standards and Technology (NIST) in conjunction with The Joint Initiative for Metrology in Biology (JIMB) is working to develop technology, standards and applications of DNA barcodes using Next Generation Sequencing. JIMB is located at the National Institute of Standards and Technology (NIST) in Gaithersburg, MD and at Stanford University, Palo Alto, CA. Period of Performance: The period of performance for all line items shall be in accordance with the following: Base Year: 12 months from time of award. Option Year One: One year after the expiration of the Base Year. Option Year Two: Two years after the expiration of the Base Year. The total period of performance shall not exceed three (3) years after award. Future BPA calls will be solicited directly from the awardee of the BPA resulting from this solicitation. The total cumulative ceiling for all BPA Calls awarded under the BPA resulting from this solicitation is $650,000. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a single BPA from this solicitation to the responsible Contractor whose quotation, conforming to the solicitation, will provide the best value to the Government, price and other factors considered. In addition to price, the following factors shall be used to evaluate quotations: 1.Past Performance. 2.Prior Experience 3.Technical Approach In determining best value, the non-price factors above are listed in descending order of importance. Price is significantly less important than the non-priced evaluation factors. 1.Past Performance: Evaluation of past performance will be based on the references provided and/or the Contractor's recent and relevant procurement history with NIST or its affiliates. Past Performance will be evaluated to determine the overall quality of the product and/or service provided by the Contractor. The Government will evaluate past performance based on Past Performance Surveys and by contacting appropriate references, including NIST references; if applicable. Past performance evaluation will include, but is not limited to: Turn-around time; Number of reads delivered; Quality of reads delivered; and Fidelity of reads delivered. The Government reserves the right to consider information available from any available sources. In the case of a Contractor without a record of relevant past performance or for whom information on past performance is not available, the Contractor will be evaluated neither favorably nor unfavorably. 2.Prior Experience: NIST will evaluate the extent of the Contractor's prior experience in working with applications of DNA barcodes using Next Generation Sequencing. 3. Technical Approach: NIST will evaluate the extent to which the Contractor's quote demonstrates their ability to satisfy the requirements in the Statement of Work, ensure work quality, and on-time completion of tasks and deliverables. PRICE The quoted prices will be evaluated to determine whether the prices are fair and reasonable in relation to the solicitation requirements. Prices must be entirely compatible with the technical portion of the quotation. The Government will evaluate quotations for award inclusive of the prices quoted for all optional line items. The Government may determine that a quotation is unacceptable if the option prices are significantly unbalanced. Evaluation of options does not obligate the Government to exercise the options. NIST intends to evaluate quotes and issue BPAs based on the initial quotes received. Therefore, the Contractor's initial quote should contain the Contractor's best terms from a price and technical standpoint. NIST reserves the right to request revised quotes from, or negotiate final BPA terms with, one or more, but not all, Contractors if later determined by the Contracting Officer to be necessary. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant BPA, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; CONTRACTOR INSTRUCTIONS FOR SUBMISSION OF QUOTATIONS Quotations shall include the following required submissions: 1.Technical Approach. The Contractor shall provide detailed information demonstrating their understanding the statement of work. Additionally, the Contractor shall provide their draft schedule or process outlining how the Contractor‘s Turn-around time, Number of reads that can be delivered, the quality of reads delivered, and the Fidelity of reads delivered to meet all deliverables and deadlines. 2.Prior Experience. The Contractor shall provide detailed information on their organization's work experience in DNA Sequencing for the past three (3) years. The Contractor shall demonstrate how their prior experience relates to the SOW requirements. 3.Past Performance. The Contractor shall provide past performance information regarding up to three (3) relevant contracts for the past three (3) years with federal, state or local governments, and international and commercial customers. The information shall describe contracts of a similar type and scope as the current requirement. If the contractor intends to use another firm for substantial portion of this requirement (i.e., >20% of the total level of effort), that firm's past performance information must also be provided. If the Contractor has no relevant past performance it must include a statement to that effect. The description of each contract described in this section shall provide the following information, as applicable: a.Contract Number b.Description of work performed and relevance to solicitation requirements. Specifically, the contractor shall describe: Turn-around time; Number of reads delivered; Quality of reads delivered; and Fidelity of reads delivered. c.Period of Performance d.Point of Contact Information (name, email, phone number) for the client reference 4. Price Contractors shall provide a Firm Fixed Rate for library construction, quality control and sequencing as detailed below in Line Items 0001, 0002, and 0003. Line Item 0001, Base Year: The Contractor shall provide Next Generation DNA Sequencing Services for JIMB co-located at Stanford University and NIST in Gaithersburg. a. Library construction $___ per Lane b. Quality Control $___ per Lane c. Sequencing $____per Lane In Accordance with the Statement of Work document. Line Item 0002, Option Year One: The Contractor shall provide Next Generation DNA Sequencing Services for JIMB co-located at Stanford University and NIST in Gaithersburg. a. Library construction $___ per Lane b. Quality Control $___ per Lane c. Sequencing $____per Lane In Accordance with the Statement of Work document. Line Item 0003, Option Year Two: The Contractor shall provide Next Generation DNA Sequencing Services for JIMB co-located at Stanford University and NIST in Gaithersburg. a. Library construction $___ per Lane b. Quality Control $___ per Lane c. Sequencing $____per Lane In Accordance with the Statement of Work document. 5.Terms and Conditions If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the Contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant Blanket Purchase Agreement. 6.Required Provisions A completed version of all required solicitation provisions (see attached provisions/clauses document - required submissions highlighted in blue). 7.Contractor Identifying Information The DUNS number for the Contractor's active System for Award Management (SAM) registration. 8. Socioeconomic Status Representation If the Contractor's representations and certifications in SAM.gov do not reflect the NAICS code governing this solicitation, Contractor must submit documentation that they are a small business under the NAICS code governing this solicitation. DUE DATE FOR QUOTATIONS All quotations must be submitted via e-mail to Harry Brubaker, Contract Specialist at Harry.Brubaker@nist.gov. Submission must be received not later than 11:00 AM Eastern Standard Time, Thursday, March 29, 2018. A quotation shall be considered received when it is received in the electronic inbox of Harry Brubaker not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to Harry.Brubaker@nist.gov by 11:00 AM Eastern Standard Time on Wednesday, March 21, 2018. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. In the event of a Government Shutdown during the Solicitation time frame, the Solicitation will be amended accordingly upon the Government's returning to operations to extend the questions and/or quotation submission deadlines by the length of time of the Government shutdown. PROVISIONS AND CLAUSES The provisions and clauses applicable to this solicitation can be found under Applicable Provisions and Clauses. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov/far. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Statement of Work 2. Applicable Provisions and Clauses
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB134118RQ0282/listing.html)
- Place of Performance
- Address: National Institute of Standards and Technology, Office of Acquisition and Agreements Managem ent (OAAM), 100 Bureau Drive, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640, United States
- Zip Code: 20899-1640
- Zip Code: 20899-1640
- Record
- SN04856398-W 20180317/180315232200-3ec22b2b36565b7a45ef71e278b502b4 (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 |