Federal Bid

Last Updated on 09 Jul 2021 at 7 PM
Combined Synopsis/Solicitation
Bethesda Maryland

Illumina Infinium Methylation EPIC BeadChip Array

Solicitation ID NICHD-21-171
Posted Date 09 Jul 2021 at 7 PM
Archive Date 19 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nichd
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20817

                                                                                                                                                                                                                                                                                   COMBINED SYNOPSIS / SOLICITATION

  1. Action Code:  Combined Synopsis/Solicitation

  1. Date: July 8, 2021

  1. Year: 2021

  1. Contracting Office Zip Code: 20892

  1. Classification Code: Q301

  1. Contracting Office Address:

6701 Rockledge Drive

Rockledge II

Bethesda, MD 20892

  1. Subject/Title: Illumina Infinium Methylation EPIC BeadChip Array

  1. Proposed Solicitation Number: NICHD-21-171

  1. Closing Response Date: 7/23/21

  1. Contact Point: Verne Griffin, Business Opportunity Specialist

  1. Contract Award and Solicitation Number: TBD

  1. Contract Award Dollar Amount: TBD

  1. Contract Line Item Number(s):

  1. Contractor Award Date: TBD

  1. Contractor Name: TBD

  1. Description: The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure Illumina Infinium Methylation EPIC BeadChip Array.

          The Illumina Infinium EPIC Methylation array is an accepted and widely used method to assay DNA methylation at cytosine-guanine (CG) sequences across the genome. DNA methylation at CG sites is a major epigenetic mechanism by which gene transcription is regulated, and it may play a role development of diabetes and obesity. In the present project, genome-wide cytosine methylation should be measured using the Illumina Infinium EPIC Methylation array in DNA from peripheral blood samples in populations at diverse risk of diabetes collected in DECRS studies. Data should be provided both as the raw data files (.idat files) and as the methylation level at each CG site on the array (typically in .txt files, along with the p-value for detection). Standard Illumina quality control metrics should also be provided. Analyses of population differences in methylation at CG sites, in conjunction with genomic data (already collected), may help to identify epigenetic factors that mediate diabetes and obesity risk. These analyses will be conducted by DECRS scientists after the vendor delivers the methylation data. 

  1. “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; quotes are being requested and a written solicitation will not be issued.”

  1. The solicitation number is NICHD-21-171 and the solicitation is issued as a request for quote (RFQ).

  1. The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 effective 3-10-2021.

  1.  The associated NAICS code is 541380 with a size standard of $15.0M.  The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.

  1. The Contractor Requirements are listed below:

Scope

The Illumina Infinium EPIC Methylation array is an accepted and widely used method to assay DNA methylation at cytosine-guanine (CG) sequences across the genome. DNA methylation at CG sites is a major epigenetic mechanism by which gene transcription is regulated, and it may play a role development of diabetes and obesity. In the present project, genome-wide cytosine methylation should be measured using the Illumina Infinium EPIC Methylation array in DNA from peripheral blood samples in populations at diverse risk of diabetes collected in DECRS studies. Data should be provided both as the raw data files (.idat files) and as the methylation level at each CG site on the array (typically in .txt files, along with the p-value for detection). Standard Illumina quality control metrics should also be provided. Analyses of population differences in methylation at CG sites, in conjunction with genomic data (already collected), may help to identify epigenetic factors that mediate diabetes and obesity risk. These analyses will be conducted by DECRS scientists after the vendor delivers the methylation data.

The contractor shall provide the below to brand name or equal specifications:

Illumina Infinium Methylation EPIC BeadChip Array

          365 samples

DNAs isolated from Blood

DNAs submitted normalized in 45ul of buffer (500ng total)

Bisulfite Conversion

            Sample Processing to Methylation Arrays

            Data delivery via a secure SFTP server

            Raw .idat files

 Final report file (.txt with beta methylation values per CpG)

  1. Delivery:  The vendor shall include their delivery lead time on their quote.

(viii)    The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.

(ix)     The provision at FAR clause 52.212-2, Evaluation – Commercial Items, is applicable.  Award will be made to the contractor providing the most advantageous quote to the Government.  Technical factors and price considered.

          The technical factors are as follows:

The contractor will be evaluated on their capability to provide the product to the specifications as stated on the solicitation and shall be required to provide required service with certification from the OEM.

           

(x)      FAR clause 52.212-3, Offeror Representations and Certifications – Commercial Items, is applicable.  An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision.

(xi)     FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition.

(xii)     FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition.  Including the following clauses and Prohibitions:

  1. 52.219-28, Post Award Small Business Program Representation
  2. 52.222-19, Child Labor—Cooperation with Authorities and Remedies
  3. 52.222-21, Prohibition of Segregated Facilities
  4. 52.222-26, Equal Opportunity
  5. 52.222-36, Equal Opportunity for Workers with Disabilities
  6. 52.222-50 Combating Trafficking in Persons
  7. 52.225-13, Restrictions on Certain Foreign Purchases
  8. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
  9. 52.225-1, Buy American—Supplies

(xiii)    Additional Contract Requirements: 52.211-6 Brand Name or Equal

(xiv)    The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.

(xv)    Offers shall be submitted via email to [email protected]. The due date for receipt of offers is 11:00 am Eastern Time on July 18, 2021.

  1. Place of Contract Performance:

     National Institute of Health, NIDDK

     9000 Rockville Pike

     Bethesda, MD 20892

  1. Set-aside Status: None

Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Apr 2024 at 6 PM
Location Unknown 29 Feb 2012 at 11 PM

Similar Opportunities