NSX_WES_Hybs16plex_Seq8plex Samples (AMBIS 2271552)
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulat... This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2271552 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 August 7, 2025. The North American Industry Classification System (NAICS) code for this procurement is 541380, Testing Laboratories and Services, with a small business size standard of $19.0 million. The requirement is being competed, full and open competition, un-restricted and without a small business set-aside. By submission of a quote, the Offeror acknowledges the requirement that a prospective awardee shall be registered and viewable in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov). The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for hi depth coverage of (1000X) exome sequencing. This requirement is for an on-going Clinical Protocol 17-I-0122, the NIAID Centralized Sequencing Program. The NIAID Centralized Sequencing Program obtains genetic testing, harmonizes phenotypic and genomic data, performs variant interpretation, and provides clinically validated results for patients enrolled in a diverse set of protocols at the NIH Clinical Center. The items will be used for 1000X exome sequencing. High depth of coverage exome sequencing is a powerful research tool that is used to study the mosaic variants that do not reach the limit of detection in lower depth of coverage exomes and genomes. Specifically, 1000X deep exome sequencing is needed to enable detection of clinically relevant mosaic variants to increase diagnostic rates and inform treatment for patients. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: NSX_WES_Hybs16plex_Seq8plex Samples, Quantity 336 Samples Samples will be provided over a twelve (12) month period Samples will be shipped to Building 15, Room 104, E2, Bethesda, Maryland 20892 The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. NIAID will evaluate quotes based on the following: technical capability to meet the requirements and price. Failure to furnish a full and complete quote as instructed may result in the Offeror’s response being considered non-responsive and will therefore be eliminated from further consideration and award. Quotes are due by 10:00am EST on September 29, 2025. Quotes must be emailed to Linda Smith, Contracting Officer, or Skye Duffner at Skye.Duffner@nih.gov with the subject line of the email to reference “RFQ-NIAID-25-2271552” Late quotes will not be considered. All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this combined synopsis/solicitation should be emailed to Linda.smith2@nih.gov. SPECIAL NOTICE TO VENDORS Vendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. ELECTRONIC INVOICING The successful vendor may submit an invoice once a shipment is delivered. NIAID will only accept invoices for units that have been delivered to NIAID and inspected and accepted. NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury’s Invoice Processing Platform (IPP). For contractors that have transitioned to IPP, the Contractor must submit invoices to the Department of Treasury’s IPP at https://www.ipp.gov. For contractors that have not transitioned to IPP, the Contractor shall submit invoices to the NIH OFM via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP. REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (SECTION 889) All offerors shall have current documentation showing representation of compliance with Section 889 provisions. Prior to award of delivery order resulting from solicitation, quoters shall be prepared to provide copy of section 889 compliance if requested by the Contracting Officer. SECTION 508 Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use information and communication technology (ICT), it shall be accessible to people with disabilities. Federal employees and members of the public who have disabilities must have access to, and use of, information and data that is comparable to people without disabilities. Vendors must identify whether a quoted Information and Communication Technology (ICT) product or service is compliant with the Section 508 accessibility standards at 36 CFR 1194. The quote must also identify where full details of compliance can be found (e.g., vendor's website or other exact location.) For more information on Section 508 standards visit https://www.section508.gov/. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (MAR 2023) FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017) 52.204–26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (MAR 2023) FAR 52-212.5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) FAR 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/browse/index/far By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from 52.212-5 Contract Terms and Conditions & acquisition.gov, upon request, either by telephone or fa
Data sourced from SAM.gov.
View Official Posting »