The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to The Johns Hopkins University. The purpose of this purchase order will be to provide the National Institute of Mental Health (NIMH), Child Psychiatry Branch requires whole genome methylation and RNA sequencing services for an ongoing proect examining the consequences of abnormal sex chromosome count on genome functioning.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 621511 with a Size Standard of $30.0M.
REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-76 dated July 15, 2014
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 and is not 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.
BACKGROUND INFORMATION
This requirement involves characterization of DNA methylation and gene expression in a large, rare, cohort of individuals with altered sex chromosome count, which has been accrued over the last decade by the NIMH Intramural Research Program Child Psychiatry Branch. This cohort has been studied in terms of behavioral and neuroanatomical profiles: the addition of genomic profiling will be critical in unraveling the potential molecular mechanisms underlying clinical features of SCA. Thus far, a pilot survey has been conducted on gene-expression, using the Illumina BeadArray platform. This has identified dramatic changes in gene expression, which now needs to be followed-up on by profiling DNA methylation and getting a more comprehensive picture of expression changes using RNAseq technology
PURPOSE AND OBJECTIVES FOR THE ACQUISITION
The National Institute of Mental Health Child Psychiatry Branch requires whole genome methylation and RNA sequencing services for an ongoing project examining the consequences of abnormal sex chromosome count on genome functioning.
CONTRACTOR REQUIREMENTS (SCOPE OF WORK)
Illumina 450K chip-based whole genome methylation measures and single read RNAseq data for gene-wise expression profiling, in 100 paired samples of lymphoblastoid cell-line derived DNA and RNA (respectively).
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, The Johns Hopkins University is the only vendor in the current market place that can provide the services required by the National Instute of Mental Health. In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, a small business sources sought notice was posted to FedBizOpps referencing the above detailed generic requirements and no responses were received. Additionally, knowledgeable inviduals in the Government and Industry were contacted for market research purposes. None of the subject matter experts contacted were able to identify any contractor other than The Johns Hopkins University who could fulfill the needs of this requirement. Finally, a review of both the GSA Advantage and Dynamic Small Business Search returned no results. Therefore, only The Johns Hopkins University is capable of meeting the needs of this requirement.
The intended source is:
The Johns Hopkins University
3400 N. Charles Street
W400 Wyman Parking Bldg
Baltimore, MD, 21218-2680
APPLICABLE CLAUSES AND PROVISIONS
The provision at FAR clause 52.213-4, Terms and Conditions - Simplified Acquisiton (Other Than Commercial Items).
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
CLOSING STATEMENT
THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the
Taxpayer Identification Number (TIN), and the certification of business size. 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.
All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Paul Marsalese, Contract Specialist, at [email protected]. US Mail and Fax responses will not be accepted.