SOLICITATION NOTICE
66 -- Myogenic Regulation by lncRNAs
- Notice Date
- 7/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA(AG)-CSS-18-097
- Archive Date
- 8/1/2018
- Point of Contact
- Fred Ettehadieh,
- E-Mail Address
-
fred.ettehadieh@nih.gov
(fred.ettehadieh@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a Combined Synopsis/Solicitation (CSS) 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, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA(AG)-CSS-18-097 and the solicitation is issued as a competitive acquisition. ACQUISITION AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated January 2018. CONTRACT TYPE The Government intends to award a firm fixed price purchase order for this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 1,000 Employees. BACKGROUND The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. Sarcopenia is a major cause of disability in the elderly, leading to progressive loss of muscle mass, quality, and strength. Long noncoding (lnc)RNAs are emerging as critical regulators of myogenesis and muscle regeneration. We recently found that OIP5-AS1, a lncRNA highly abundant in muscle, is upregulated during myogenesis and that silencing OIP5-AS1 impaired differentiation of cultured myoblasts. In keeping with evidence that RBPs are important for OIP5-AS1 function, we found that during myogenic differentiation, OIP5-AS1 interacts with RBPs HuR and AUF1, two myogenic regulators. We hypothesize that OIP5-AS1 promotes myogenesis and muscle regeneration by modulating the myogenic gene expression program. Our lab will investigate the mechanisms whereby OIP5-AS1 modulates myogenesis and muscle regeneration by determining whether OIP5-AS1 is necessary and sufficient for myogenesis in culture, elucidating the molecular and cellular mechanisms by which OIP5-AS1 regulates myogenic gene expression programs, and investigating whether OIP5-AS1 correlates with muscle regeneration in mouse and sarcopenia in humans. We anticipate that this work will illuminate how OIP5-AS1 enables myogenesis and muscle regeneration and will pave the way for possible interventions to delay sarcopenia and age-associated muscle loss. PURPOSE AND OBJECTIVES The purpose of this requirement is to support projects regarding RNA regulation through high depth RNA Sequencing. The contractor will prepare DNA sequencing libraries from the total RNA and sequence the prepared libraries. The contractor will work closely with investigators and technicians to ensure that data are in the proper format and on the appropriate sequencing platform. The contractor will then provide FASTQ data files to the NIA. Finally, the contractor will provide summaries and documentation to Government staff as necessary. Regular meetings between Government staff and the contractor will be scheduled either via teleconference or email. The contractor will be required to provide technical consultation and support as needed at the government staff meetings, per the work requirements specified in this contract. PROJECT REQUIREMENTS The Contractor shall: • Prepare DNA sequencing libraries per RNA sample as per instructions by the NIA either ribosomal depletion or polyA preparation of libraries. • Provide documentation of the quality of prepared libraries to Government staff. • Sequence the prepared libraries with Next Generation Sequencing platform. • Provide FASTQ files of DNA sequence to Government staff. • Provide documentation of DNA sequencing run for each sequenced library. • Provide 150 million paired end reads. • Provide final analysis of sequencing data relevant to the project, which should include the Ensembl ID's associated with the RNA sequences generated. • Specifically, the contractor will be able to perform these requirements on a minimum sample number of 34. • Deliver timely reports on performance progress. The contractor shall return any unused RNA samples to the government. • The contractor shall report by email, teleconference or in person regarding progress toward the stated goals and objectives. The report shall identify any problems that emerged and their resolution or plans for resolution. • The contractor shall deliver periodic updates and updated data files, and at the end of the contract period electronic digital data files reporting for the data to be reviewed, updated and adjudicated. • Require expertise in the specialized knowledge of preparation and sequencing of focused libraries for detection of RNA populations. Government: • Provide RNA samples for library preparation. • Responsible for reviewing and approving reports and final data analysis generated under the contract. PLACE OF PERFORMANCE Baltimore, MD 21224 ANTICPATED PERIOD OF PERFORMANCE The anticipated period of performance: 08/01/2018 - 07/31/2019 ANTICIPATED CONTRACT TYPE A Firm Fixed Price Purchase Order is contemplated. The order shall be sourced via the Open Market on a single-source basis and is not expected to exceed $150,000. GOVERNMENT RESPONSIBILITIES Responses to this CSS must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this CSS and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, 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. TECHNICAL EVALUATION CRITERIA The Government will award a contract or purchase order resulting from this requirement on the basis of best value, technical factors, and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors are detailed below: Factor 1: Technical Approach The Contractor's proposal shall address each area of the statement of work requirements in sufficient detail to demonstrate a clear understanding of the efforts to be performed and the skill level required to perform them. Specifically, approach shall be evaluated for at least 15 years of experience in developing online psychiatric screening systems which includes developing online platforms that allow for the collection of basic demographic information as well as diagnostic information from main psychiatric disorders. Capability in these areas shall be viewed favorably. Factor 2: Past Performance The Contractor shall provide at least two (2) past performance references with knowledge of the contractor's relevant skills and experience related to the requirements outlined in the Statement of Work. References shall include the following information: a. Name of Organization b. Brief Description of Contractor's Responsibilities c. Contract Name and Title Past Performance shall be evaluated for relevance to implementing animals to special light cycles, collecting and analyzing data, and carrying out histology and molecular biology tasks. Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. The risk of unsuccessful performance is very low as the proposal provides a clear understanding of the requirements and demonstrates the offerors ability to meet the requirement. Risk Level: Very Low Good The proposal demonstrates an approach which is expected to meet all requirements and objectives. This approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains alternative solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order and any warranties. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by July 17, 2018 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-CSS-18-097. Responses may be submitted electronically (via e-mail) to the Contracting Officer at fred.ettehadieh@nih.gov. Facsimile responses are NOT accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(AG)-CSS-18-097/listing.html)
- Place of Performance
- Address: Baltimore, Maryland, United States
- Record
- SN04990766-W 20180715/180713230720-c5618f96a4e0f9bed4fb9cd648c674f0 (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 |