Federal Bid

Last Updated on 14 Jul 2021 at 12 AM
Combined Synopsis/Solicitation
Baltimore Maryland

Human Whole Genome Sequencing and Human Whole Genome Bisulfite Sequencing

Solicitation ID 75N95021Q00173
Posted Date 14 Jul 2021 at 12 AM
Archive Date 05 Aug 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Baltimore Maryland United states 21224

(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 75N95021Q00173 and the solicitation is issued as a request for quotation.

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; FAR Subpart 13.5—Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.

THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).

The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including Brand-Name) to Novogene
Corporation, Inc., 8801 Folsom Blvd, Suite 290, Sacramento, CA 95826, for the Human Whole Genome Sequencing and Human Whole Genome Bisulfite Sequencing services.

This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1).

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-06, with an effective date of July 12, 2021.

(iv) The associated NAICS code 621511 and the small business size standard is $35.0 million.

(v) The National Institute on Aging (NIA) is requesting the services of Human Whole Genome Sequencing and Human Whole Genome Bisulfite Sequencing. The purpose of this work is to do whole genome sequencing and whole Genome Bisulfite Sequencing for DNA that was extracted from buffy coat samples and immune cells that were isolated from the GESTALT donors. See attached Statement of Work for additional details.

Anticipated Period of Performance Start Date: July 30, 2021 – July 29, 2022

(vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition with an anticipated period of performance from July 30, 2021 to July 29, 2022.

(vii) 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 (Oct 2018)
  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
  • FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021)
  • 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 52.204-25, Prohibition on Contract for Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
  • FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) 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)

The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quote.

  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
  • 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 Items (July 2021)
  • NIH Invoice and Payment Provisions (Rev. Feb 2021)

(viii) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition.

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (I) technical capability of the services offered to meet the Government requirement; (ii) past performance, and (iii) price.

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.

(ix) The Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.

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

(xi) 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 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.

All quotations must be received by Wednesday, July 21, 2021, at 12:00 p.m., Eastern Daylight/Standard Time and must reference Solicitation Number 75N95021Q00173.

Responses must be submitted electronically to Diedra Prophet, Contract Specialist, at [email protected]

Fax responses will not be accepted.

(xii) The name and telephone number of the individual to contact for information regarding the solicitation:

Diedra Prophet, Contract Specialist
301-402-8070
[email protected]

Bid Protests Not Available

Similar Opportunities

Minneapolis Minnesota 07 May 2024 at 4 PM
Winston-salem North carolina 17 May 2024 at 6 PM
Location Unknown 07 May 2024 at 4 AM
New york 25 Aug 2045 at 5 AM