Title: Whole genome sequencing for investigation of age-related chronic disease in HANDLS participants.
(i) 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.
(ii) The solicitation number is RFQ 75N95025Q07160 and the solicitation is issued as a Request For Quotation (RFQ).
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; FAR Subpart 13.5—Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, dated 08/07/2025.
(iv) The associated NAICS code 621511 and the small business size standard $41.5M. This requirement is set-aside to small business concerns.
(v) The purpose of this requirement is to provide whole genome sequencing for investigation of age-related chronic disease in HANDLS participants. The contractor will deliver plates to the Government sufficient to run 325 samples, some of which have been stored for ten or more years.
(vi) As noted above, the contractor will deliver plates to the Government sufficient to run 325 samples, some of which have been stored for ten or more years. The contractor will perform whole genome sequencing, and specifically shall:
- Sequence libraries on the NovaSeq X-Plus platform with 25B-300 flow cells using 150 bp paired end runs and NovaSeq workflow-series 10B sequencing run
- confirm genomic DNA quantity and quality by performing DNA concentration measurements and volume checks
- Re-attempt sequencing in the case that DNA quality and quantity is sufficient, but sample fails sequencing-based QC
- Examine agarose gels on all samples as an industry-standard method for screening DNA marker quality prepare PCR-free sequence libraries for all samples
- Sequence the libraries at a minimum of 30x coverage with 2×150 base pair runs
- Perform primary and secondary analysis of the sequencing data including but not limited to read alignment, variant calling, and quality control analyses
- Quality control checks will include: confirming sex, identifying unexpected duplicates and relatedness, confirming relatedness, providing sample performance information and sample identity confirmation against the sequencing data, in addition to confirming coverage, contamination, mapped reads, and other general quality metrics.
- Alignment and variant calling will be performed with the DRAGEN Germline v4.3.6 pipeline. After quality is confirmed, joint variant calling should be performed producing a multi-sample VCF file.
- Provide written summaries and documentation of the methods used to perform the whole genome sequencing pipeline
- Supply the whole genome sequencing data in a mutually acceptable electronic format that preserves study participants’ confidentiality. Data delivered will include:
- per sample CRAMs
- per sample gVCFs
- per sample VCFs
- joint-called multi-sample VCF
- per sample structural variant and CNV calls
- QC report and data dictionary
- Sample manifest with flagged problems
Following data delivery and upon request by the Government, the contractor shall provide attendance at Government laboratory staff meetings and the contractor shall provide technical consultations as needed. (See attached statement of work)
(vii) The contract period of performance will be for twelve months from date of award.
(viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far
https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision)
The following provisions apply to this acquisition and are incorporated by reference:
- FAR 52.204-7, System for Award Management (Oct 2018).
- FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020).
- HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
- FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)
The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of clause)
The following clauses apply to this acquisition and are incorporated by reference:
- FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020).
- FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021).
- FAR clause 52.227-14, Rights in Data-General (May 2014).
- HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015).
- HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015).
- FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014).
(ix) The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.
- The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
It is NIA’s intent to evaluate quotations received under the following factors using the details indicated below.
- Technical capability of the services offered to meet the Government statement of work requirements (Pass/Fail)
- Price
Technical and past performance, when combined, are more important than price. Cost/price will be considered in the evaluation and selection, but cost/price will not be scored.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer.
(xi) The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition.
The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 pursuant to FAR 4.2103 Procedures and submit a completed copy as a separate document with their quotation.
- FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
- FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
- FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
- NIH Invoice and Payment Provisions with IPP (Rev. March 2023)
(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition.
(xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. None
(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xv) Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.
In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”
All responses must be received by September 12, 2025 2:00pm Eastern Standard Time and reference number 75N95025Q07160. Responses may be submitted electronically to Christopher Belt at cbelt@nida.nih.gov.
Fax responses will not be accepted.