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-2261621 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:
#
Description
OC Code
Category
Qty
1
Sample Administration
25626
Q301
150 each
2
Shipment of Residual DNA samples (If Requested and Remnants Available) Domestic dry ice shipment to Bethesda, MD
25626
Q301
1 each
3
Whole-Genome Sequencing Service PacBio Revio at 20X
25110
Q301
75 each
4
Whole-Genome Sequencing Service PacBio Revio at 30X
25110
Q301
75 each
STATEMENT OF WORK (SOW)
TITLE: Genomics services for the NIAID Centralized Sequencing Program
1) BACKGROUND INFORMATION
The National Institute of Allergy and Infectious Diseases (NIAID) Division of Intramural Research
(DIR) scientists study all aspects of infectious diseases, including the causative agent, vectors,
and pathogenesis in human and animal hosts. Clinical research is an integral part of this mission,
enabling key lab discoveries to be rapidly translated into methods to prevent, diagnose, or treat
disease. DIR researchers annually conduct more than 200 clinical trials at the NIH Clinical Center
on the Bethesda, Maryland, campus and at collaborating U.S. and international sites.
In support of clinical research, the NIAID Centralized Sequencing Program (CSP) is comprehensive
program that obtains genetic testing, harmonizes phenotypic and genomic data, performs variant
interpretation, and provides clinically validated results for participants enrolled in a diverse
set of protocols at the NIH Clinical Center. The goal of the NIAID CSP is both to contribute to the
understanding of underlying genetic etiology of disease and to address the clinical need for
genomic evaluations.
2) PURPOSE AND OBJECTIVES OF THE ACQUISITION
The purpose of this acquisition is to support the mission of DIR to obtain genetic testing for the
NIAID CSP. The objective is to purchase long read genome sequencing and associated deliverables.
The CSP will have direct implications for the care of NIH patients and for the discovery of disease
mechanisms.
Period of Performance: One 12-month period
3) SCOPE:
The scope of this effort includes the services and industry knowledge necessary to provide long
read genome sequencing as specified in this SOW.
4) CONTRACTOR REQUIREMENTS:
Long Read Genome Sequencing at 20X depth of coverage – data generation and delivery (N = 75):
1. Long read genome sequencing on PacBio Revio platform
2. Includes data delivery via secure transfer such as AWS, GCP, Globus, Aspera
3. Accept DNA isolated from multiple tissue types, including whole blood, saliva, fibroblast,
peripheral blood mononuclear cell (PBMC), and other tissues
4. Delivery of raw unmapped readds, including the following:
a. Raw Data - HiFi Read (.bam/.pbi)
b. QC data
5. Minimum sequencing read depth of 20X coverage
6. SNP trace for sample identity analysis, assessment of contamination, sex, and relationships with
other samples
7. Provide methylation and acetylation data
8. Ability to accept small batch sizes, < 50 samples in one batch as well as larger batches of
50-100 samples per batch
9. Results returned within 60 days upon sample receipt
10. Must be able to accept genomic DNA from standard automated extraction (not only high molecular
weight DNA)
Long Read Genome Sequencing at 30X depth of coverage– data generation and delivery (N = 75):
1. Long read genome sequencing on PacBio Revio platform
2. Includes data delivery via secure transfer such as AWS, GCP, Globus, Aspera
3. Accept DNA isolated from multiple tissue types, including whole blood, saliva, fibroblast,
peripheral blood mononuclear cell (PBMC), and other tissues
4. Delivery of raw unmapped reads, including the following:
a. Raw data BAM files - HiFi Read (.bam/.pbi)
b. QC data
5. Minimum sequencing read depth of 30X coverage
6. SNP trace for sample identity analysis, assessment of contamination, sex, and relationships with
other samples
7. Provide methylation and acetylation data
8. Ability to accept small batch sizes, < 50 samples in one batch as well as larger batches of
50-100 samples per batch
9. Results returned within 60 days upon sample receipt
10. Must be able to accept genomic DNA from standard automated extraction (not only high molecular
weight DNA)
Contractor skills, capacity, and expertise:
1. Contractor displays demonstrated expertise in genetics and genomics and capacity to complete
long read genome sequencing.
2. Strong communication and project management skills
5) CONTRACTOR DESIRED DELIVERABLES
Desired Deliverables for Long Read Genome Sequencing:
1. Demonstrated consistent recent high-quality data
2. Provision of QC information regarding data quality. Specifically, measures of read quality,
median coverage, etc.
3. Provision of sample data upon request, e.g., NA12878, to aid in assessment of control data
quality
4. Ability to accept sample information via Excel manifests
6) CONTRACTOR SUPPLIED MATERIALS
The Contractor shall provide all consumable reagents necessary for sequencing except those
mentioned below.
7) GOVERNMENT FURNISHED MATERIALS
If genomic DNA samples are used, NIAID will deliver them in 96-well plates with tubes containing 2D
barcodes.
8) REPORTING REQUIREMENTS AND DELIVERABLES FOR CLINICAL GENOME SEQUENCING:
The required turn-around time for sequencing and receipt of deliverables is 60 days from the time
the contractor receives and accessions the samples.
Upon start of award, contractor and government team will be required to hold an orientation
briefing/kick-off meeting during which specific workflows for sample quantity, volume,
concentration
range, and quality be reviewed. All controlled vocabulary regarding sample and individual
information be covered, as well as processes for submitting orders, tracking order progress,
communication about samples, and downloading data. Timely follow up for questions related to
contract is to be completed via targeted meetings and/or email communication.
Contractor reviews and confirms manifests sent with samples and receipt of samples. Issues with
samples due to quality and/or quantity, identity issues, mismatch with manifests, and other issues
preventing samples from moving forward in sequencing pipeline be communicated to NIH within 48
hours. Known process issues within contractor lab can be resolved without prior approval from NIH.
9) INSPECTION AND ACCEPTANCE
All deliverables will be inspected by the project manager, a Government employee of the Division of
Intramural Research. Acceptance will occur when results are successfully transferred to NIH per the
specifications and format outline in the requirements above. 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. The award will be based on the following: technical
capability to meet the requirements and price.
INSTRUCTIONS
All interested offerors shall provide a quote for the requirement as outlined in Attachment 1 –
Statement of Work (SOW). The Government may evaluate only those quotes that fully meet the
requirements as outlined in the SOW and respond to the instructions and requirements
below. 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 5:00pm EST on August 29, 2025. Quotes must be emailed to Christopher Ray,
Contracting Officer, at chris.ray@nih.gov & Linda Smith, Contracting Officer, at
Linda.Smith2@nih.gov. 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 chris.ray@nih.gov.
EVALUATION
NIAID will evaluate quotes to determine the best value to the government. NIAID will make
that determination based on technical acceptability, price, and past performance. NIAID will
evaluate price only for those quotes which are rated as technically acceptable. In the event quotes
are evaluated as technically equal, price will become a major consideration in selecting the
successful Offeror.
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 fax.
LIST OF ATTACHMENTS
Attachment 1 – Statement of Work (SOW)
Attachment 2 - FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or
Executive Orders Statements – Representation