Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

Q -- Next Generation Sequencing (NGS) in Psychiatric Disorders

Notice Date
8/14/2020 6:49:33 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-20-004388
 
Response Due
8/21/2020 9:00:00 AM
 
Archive Date
09/05/2020
 
Point of Contact
Michelle Cecilia, Phone: 3018277199, Valerie Whipple, Phone: 3018275218
 
E-Mail Address
michellececilia.cecilia@nih.gov, Valerie.Whipple@nih.gov
(michellececilia.cecilia@nih.gov, Valerie.Whipple@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Next Generation Sequencing (NGS) in Psychiatric Disorders Competitive Combined Synopsis/Solicitation NIMH-20-004388 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures. The solicitation number is NIMH-20-004388 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541380 with a size standard of $16.5 million is being considered. SET-ASIDE STATUS This is a small business set aside. ACQUISITION AUTHORITY 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08 dated August 13, 2020. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background HGB investigates the genetic basis of mood and anxiety disorders. In this regard, we have been collecting the DNA and RNA from individuals and their family members with mood and anxiety disorders. During the base year the program will need sequencing on DNA using exome sequencing on 140 samples and whole genome sequencing on 47 samples, and sequencing the RNA using RNA sequencing on 116 samples. By using multiple techniques, we will be able to find the genes responsible for these devastating mental disorders. During the option period the program will require sequencing on DNA using exome sequencing on 70 samples and whole genome sequencing on 20 samples, and sequencing the RNA using RNA sequencing on 58 samples. Project Requirements See Attached Purchase Description for details. Delivery Requirements/Period of Performance Base Period: 9/1/2020 � 8/31/2021 Option Period 1: 9/1/2021 � 8/31/2022 Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. Invoicing shall be in accordance with the Prompt Payment Act and payment shall be made via Electronic Funds Transfer (EFT). Response Format 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 contractor must submit (1) a technical proposal and (2) a price proposal. The price proposal must include the costs per test, breakdown and rationale for other direct costs or materials shipping and catalog pricing, and the total amount. Technical Proposal: The offeror�s technical proposal shall demonstrate the offeror�s technical understanding of the tasks outlined in the description of the requirement. The offeror�s technical proposal shall not exceed five pages. Price Proposal: The offeror�s price proposal must include the costs per test, breakdown and rationale for other direct costs or materials shipping and catalog pricing, and the total amount. Submit an executed copy of �FAR 52.204-24 Representation Regarding Certain Telecommunications � and Video Surveillance Services or Equipment (AUG 2020) (Attachment 5) An award will be made to the offeror whose proposal represents the best value to the Government. (Attachment 3) In addition, the quote must provide their company name, Dun & Bradstreet Number (DUNS), 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.� EVALUATION Offers will be evaluated for technical criteria, price, and past performance using a comparative approach. A contract will be awarded to the offer that is determined to be most advantageous to the Government. Responses to this solicitation must address the Technical Evaluation Criteria set forth in Attachment 2. ADDITIONAL INFORMATION FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 this/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. The Offerors to include a signed copy of the provision at FAR clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019), with its offer. The Offerors to include a signed copy of the provision at FAR clause 52.204-26 Covered Telecommunications or Services Representation (Dec 2019), with its offer. FAR 52.212-1 Instructions to Offerors � Commercial Items (OCT 2018) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items. See Clauses attachment. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See clauses attachment. The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 52.209-9 Updates of Publicly Available Information Regarding Responsibility FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-40 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR Clause 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases FAR�Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. CLOSING INFORMATION All responses must be received by 12:00 PM, Monday, August 21, 2020 and reference number NIMH-20-004388. Responses may be submitted electronically to michellececilia.cecilia@nih.gov, and valerie.whipple@nih.gov. Any questions must be submitted by 12:00 PM EST on Thursday, August 25, 2020. Fax responses will not be accepted. ATTACHMENTS Attachment 1 � Purchase Description Attachment 2 � Technical Evaluation Criteria Attachment 3 � Price Proposal Attachment 4 � 52.212-4 and 52.212-5 Attachment 5 � 52.204-24 Clauses Attachment 6 � Invoice Instructions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a2c936247184e2ab053a20a303a9f88/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05758379-F 20200816/200814230151 (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  © 1994-2020, Loren Data Corp.