Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

B -- Microarray Analysis Support

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0524
 
Archive Date
8/28/2009
 
Point of Contact
Cheryl A. Coxen, Phone: 301-975-8838
 
E-Mail Address
cheryl.coxen@nist.gov
(cheryl.coxen@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 541711 with a small business size standard of 500 employees. This acquisition is 100% small business set-aside. Performance Work Statement: Microarray Analysis I.BACKGROUND The mission of the Biomaterials Group includes characterization of cell-material interactions. This microarray service will enable the National Institute of Standards and Technology (NIST) to screen cell-material interactions in a way that has never been done before. Specifically, the expression levels for all 25,000 genes in the human genome will be measured for human mesenchymal stem cells (hMSCs) that are being cultured on biomaterials presented in both a 2D and 3D format. The results will provide a mechanistic, biochemical understanding of how cells respond during culture on 2D surfaces compared to 3D scaffolds. II.SCOPE OF WORK The Biomaterials Group of the National Institutes of Standards and Technology (NIST) requires a contractor to conduct whole genome microarray expression analysis for 60 experimental specimens of extracted total RNA from human mesenchymal stem cell cultures (hMSCs). The experiment with hMSCs will be conducted at NIST where the total RNA will be extracted. NIST will then ship extracted RNA from 60 specimens to the contractor. The contractor shall then perform microarray analysis and send NIST the data for 60 specimens. III.SPECIFIC TASKS NIST will perform cell culture experiments at NIST using human mesenchymal stem cells. Total RNA will be harvested from cells using standard techniques (i.e., trizol extraction). Samples will be stored frozen until all experiments are complete. It is estimated that it will take 2 months to complete the experiments after notification of the award. A total of 60 total RNA specimens will be collected and shipped frozen in one batch to the contractor. The contractor shall perform whole genome microarray expression analysis for all 60 samples covering all 25,000 human genes. The contractor shall perform microarray analysis at their facility (not at NIST) and return data to NIST. The Contractor shall provide all support for project oversight, equipment, administration and technical execution of this contract. The Contractor is responsible for maintaining accurate records of project activities. The contractor shall ensure that the technical specifications for the Microarray Service are followed: 1.Receive, store and safeguard total RNA from 60 specimens received from NIST 2.Gene expression profile service using the Illumina Sentrix BeadChip Microarray Platform 3.Perform and report quality assurance measurements. These should include 260/280 ratio, Agilent 28S/18S, Agilent %Area and Agilent RIN score on the total RNA 4.Prepare supplied total RNA samples for analysis by a.Labeling to produce biotin-labeled cRNA targets b.Hybridizing cRNA target to BeadChip array Illumina human HT-12 5.Capture and analyze the following quality assurance measurements using the seven control categories in Illumina gene expression assays: a.cRNA Quality Metrics (i.e., IVT yield, 260/280 ratio) b.Hybridization Quality Metrics (i.e., Background, Input RNA Integrity, Stringency, Noise, Signal Range, Percent Present) 6.Image Quality (i.e. Major or Minor Defects, if present) 7.Perform two distinct batch controls during analysis to determine error rate and select a list of transcripts with an acceptable false discovery rates 8.Provide gene expression results for 60 specimens in electronic format 9.Contractor shall use the BeadStudio Analysis software to compile the following data summary reports: 1) Expression intensity estimates in tabulated text files and/or Excel format; 2) Differential gene expression between groups of specimens; and 3) Quality Control Report for individual specimens. IV.DELIVERABLES AND DELIVERABLE DUE DATES The contractor shall provide data from the Microarray analysis for 60 samples no later than six weeks after receiving total RNA specimens from NIST. Data must be readable by NIST without purchase of software such that it can be analyzed by standard software packages such as Excel, Bead Studio, Gene Spring or GSEA. V.PERIOD OF PERFORMANCE AND PLACE OF PERFORMANCE The period of performance is four (4) months from effective date of award. The place of performance of the microarray analysis shall be at the contractor’s facility. VI.GOVERNMENT-FURNISHED PROPERTY, DATA AND/OR INFORMATION All material provided by the Government in the performance of this task remains the property of the Government and shall be surrendered to the government upon completion or termination of this requirement. Likewise, all data and deliverables generated under this contract remains the property of the Government. No later than two (2) months after contract award, NIST will ship frozen, extracted total RNA from 60 specimens to the contractor for microarray analysis. VII.RISK ASSESSMENT The HSPD-12 Security Risk Level assigned to this Contract is Low Risk. VIII.EXHIBITS AND ATTACHMENTS None IX.CONTRACTOR’S MINIMUM QUALIFICATIONS The contractor shall have at least a Ph.D. Degree in Molecular Biology or similar field. The contractor shall also have at least three years of experience in Microarray analysis. EVALUATION FACTORS The Government intends to award a firm fixed price purchase order resulting from this solicitation to the responsible Offeror whose quote confirming to the RFQ provides the best value to the government based on information provided in response to this RFQ, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria. The resulting purchase order shall be negotiated on a fixed price basis. The award shall be made on a best value basis. The best value evaluation factors are listed in order of importance, include the following: 1) Technical Capabilities - a detailed technical approach for satisfying the requirements outlined in the Statement of Work (SOW). The technical approach should address each of the specific requirements and should reflect a clear understanding of the nature of the work to be performed. 2) Past Performance - The relevance and quality of prior performance (Offerors must provide a list of at least three (3) references to whom the same or similar services have been provided)and 3) Price - The amount, realism and consistency of the evaluated price. Non-price factors are more important than price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Excellent (E) - Very good of its kind; eminently good, superior or first class; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit; Unsatisfactory (U) - Not acceptable, quotation fails to demonstrate a basic understanding of the requirements and fails to meet the requirements. The Quotation presents an unacceptable risk and cannot meet the requirements without major revisions. *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. *** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ***The following clauses apply to this acquisition: 52.204-7 Central Contractor’s Registration (CCR) Database; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** Offerors shall submit their quote in accordance with FAR 52.212-1(b). EACH SUBMITTED QUOTE SHALL ADDRESS ITEMS (1) THROUGH (11) OF FAR 52.212-1(b) as follows: As a minimum, offers must show— (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the Offeror; (4) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) “Remit to” address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar services, Contract dollar amount, and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. PRICING SHOULD BE INCLUDED AS A SEPARATE DOCUMENT FROM ALL OTHER QUOTATION DOCUMENTS. The terms and conditions of the resultant purchase order will include FAR clause 52.212-4 and FAR clause 52.212-5. If any additional documentation is required by the Offeror to be executed, then it will be considered an Addendum to the purchase order, and any conflicts in terms and conditions between the purchase order and that Addendum shall be governed by paragraph (s), Order of precedence, in FAR clause 52.212 4. The National Institute of Standards and Technology reserves the right to negotiate the terms of any proposed addendum. All questions regarding this Request for Quote shall be submitted in writing via e-mail to the Contract Specialist, Cheryl Coxen, at cheryl.coxen@nist.gov no later than August 7, 2009. The due date and time for quotations is August 13, 2009 at 04:00 pm EST. Offerors shall email their quote to cheryl.coxen@nist.gov so that it is received by the response date for this RFQ. The quotation may be submitted in one or more of the following formats: Microsoft Word, and/or Microsoft Excel. It is the responsibility of the contractor to confirm NIST's receipt of quote. Each quote shall include sufficient data to allow the Government to determine the amount, realism and consistency of the quoted fixed price. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. FAXED QUOTES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0524/listing.html)
 
Record
SN01897059-W 20090805/090803235607-b00af7cf73857b0a469c44385b352210 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.