Library preparation and next-generation RNA-sequencing of 45 iPSC/IPSC-derived samples
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Sep 19, 2022 05:01 pm EDT
- Original Date Offers Due: Sep 23, 2022 09:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 08, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
- NAICS Code:
- 325414 - Biological Product (except Diagnostic) Manufacturing
- Place of Performance: Rockville , MD 20850USA
Description
INTRODUCTION
PURSUANT TO FAR Subpart 5.2—Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION.
THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (including brand name) to Azenta US, Inc., 2910 Fortune Circle W Ste. E., Indianapolis, IN 46241 for library preparation and next-generation RNA-sequencing of 45 iPSC/IPSC-derived samples.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 325413 with a Size Standard of 1250.
REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 22-2022-06 dated 4/26/2022.
STATUTORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures, Subpart 13.106-1(b)(1), Soliciting from a single source.
DESCRIPTION OF REQUIREMENT
Project Description
Library preparation and next-generation RNA-sequencing of 45 iPSC/IPSC-derived samples
Purpose and Objectives
Single-cell sequencing is a novel method that allows to derive global transcriptomic profiles - information on the expression level and nature of the transcripts - from each individual cell analyzed. Previously, this was only possible from bulk populations of cells and thus only population-level averages were available. the term "global" refers to the fact that rather than picking a list of genes for targeted analysis, all the detectable transcripts are quantified. These innovations allow for unprecedented detail in studying how genes contribute to disease or how their expression correlates with cellular phenotypes and processes such as differentiation.
Single-cell sequencing methods have become widely used in every project that the SCTL has pursued to date. The SCTL requires library preparation and sequencing service of 45 samples to support ongoing projects.
Period of Performance
Period of Performance is within 12 months after receipt of order.
CLOSING STATEMENT
This synopsis is not a request for competitive proposals. However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
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.
In addition, the Unique Entity Identifier (UEI) issued by the System for Awards Management (SAM.gov), 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. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
Responses must be submitted by email to Rhanda Lopez, at rhanda.lopez@nih.gov no later than September 23, 2022 at 9 a.m. Eastern Standard Time and must reference solicitation number 75N95C22P00120.
Attachments/Links
Contact Information
Contracting Office Address
- 9800 Medical Center Drive Bldg. B, Room #303
- Rockville , MD 20850
- USA
Primary Point of Contact
- Rhanda Lopez
- rhanda.lopez@nih.gov
- Phone Number 3015948936
Secondary Point of Contact
History
- Oct 08, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Original)