Inactive
Notice ID:36C24E22Q0252
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 announce...
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; proposals are being requested and a written solicitation will not be issued. The solicitation number 36C24E22Q0252 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. This requirement will be made using a cascading set-aside under the associated NAICS code 334516 with a small business size standard of 1000. Evaluation procedures: Evaluation of offers will be made in accordance with FAR 13.106-2, and award made on the basis of lowest price technically acceptable. SOW (Statement of Work) Lab Testing INTRODUCTION/BACKGROUND: VA Research has planned genomic studies for VA funded biomarker research. The VA has accumulated blood samples from research participants which currently require sequencing. The study in various forms has been ongoing at the Indianapolis VA since 2004. There have been multiple papers describing the work, which have been published to national and international acclaim. OBJECTIVE: The lab will send blood samples from research participants in PAXgene tubes to lab testing company which shall conduct RNA extraction and whole- transcriptome RNA sequencing. The lab will receive the data from sequencing to analyze and generate insights and scientific publications. Laboratory services for this study shall be RNA extraction, blood samples, library preparation, Illumina, RNA with rRNA and globin depletion (details below): Description Est Qty RNA Isolation-Total RNA (including microRNA) from PAXGene Blood Tubes including Specimen QC 150 EA Globin RNA Reduction/Depletion Service, Human (for RNA sequencing) 150 EA RNASeq-TruSeq Stranded mRNA, 15 M 50 bp PE NS 150 EA RNA Seq Counts (exlucing smRBA) per specimen 150 EA Delivery to client AWS-S3; Sequencing Date including FASTQ and Secondary analysis (increments of 200 per upload (requires DD409) 10 EA Sample data delivery via network, per sample 150 EA Project Management Tier 1 1 EA Sample Handling and set up fee, per project 1 EA Please provide a price list of the individual test units. Delivery FOB Destination to: Richard L. Roudebush VAMC Indianapolis, IN 46202 The following provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, 852.246-70, Guarantee Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures. Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: The quotes are due on 8/29/2022 at 10:00 AM EST and shall be directed electronically to Michael.haydo@va.gov. Quotes shall be marked with the solicitation number. Information regarding the solicitation can be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov