Long-read sequencing to detect genomic and epigenetic features of Alzheimer’s Disease and Related Dementias

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
State: Maryland
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159532886363600
Posted Date: Oct 17, 2022
Due Date: Nov 1, 2022
Solicitation No: 75N95023Q00007
Source: Members Only
Follow
Long-read sequencing to detect genomic and epigenetic features of Alzheimer’s Disease and Related Dementias
Active
Contract Opportunity
Notice ID
75N95023Q00007
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 17, 2022 02:11 pm EDT
  • Original Response Date: Nov 01, 2022 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Bethesda , MD 20892
    USA
Description

This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations.



The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.



For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule).



Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.



This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only.



Background: The National Institutes of Health (NIH) Intramural Center for Alzheimer’s and Related Dementias (CARD) program will generate long-read sequencing data from roughly 4000 patients with Alzheimer’s disease (AD), frontotemporal dementia (FTD), Lewy body dementia (LBD), and healthy subjects. This project will produce roughly 8000 terabytes of data, so the government will need a Contractor to develop pipelines for storing, analyzing, and harmonizing these large data sets on cloud-based computing platforms. The Contractor will then use these datasets to identify DNA methylation changes and single nucleotide variants, both of which have been linked to normal aging and neurodegenerative diseases. The government will then use this service provided by the Contractor to evaluate how the epigenetic and genomic landscape in challenging regions contribute to the development of neurodegenerative diseases.



Project requirements: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to analyze the results of long-read sequencing to detect genomic and epigenetic features of Alzheimer’s Disease and Related Dementias.




  • The Contractor shall develop and use algorithms to analyze single nucleotide variants and methylation profiles in long-read sequencing data, as well as pipelines to harmonize and store long-read sequencing data shared between NIH and the Contractor on cloud-based computing platforms.

  • The Contractor shall upload all finalized algorithms for processing single nucleotide variants and methylation profiles to a GitHub repository maintained by CARD.

  • The Contractor shall then perform analyses for single nucleotide variant detection and methylation calling and upload these files to a shared cloud-based platform.

  • The Contractor shall work with and advise CARD on the finalized documents on cloud storage and GitHub.

  • NIH/CARD shall have unlimited rights to use the algorithms developed by the Contractor in the completion of the Statement of Work, including algorithms uploaded to GitHub.



Anticipated period of performance: The anticipated period of performance is one year from the date of award with an optional six (6) period.



Capability statement /information sought.



Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.



Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.



One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2” x 11” paper size, with 1” top, bottom, left and right margins, and with single or double spacing.



The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.



The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.



All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.



The response must be submitted to Renee Dougherty, Contracting Officer at e-mail address renee.dougherty@nih.gov.



The response must be received on or before November 1, 2022, at 10:00 a.m., Eastern Time.



“Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.



Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.



Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).”


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Oct 17, 2022 02:11 pm EDTSources Sought (Original)

Related Document

Nov 23, 2022[Combined Synopsis/Solicitation (Original)] Long-read sequencing to detect genomic and epigenetic features of Alzheimer’s Disease and Related Dementias

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >