Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
SOLICITATION NOTICE

66 -- Purchase of LightScanner LS 96-well System

Notice Date
4/7/2008
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
ZIP Code
00000
 
Solicitation Number
NCI-80061-MM
 
Description
The National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), plans to procure on a sole source basis for a LightScanner, LS 96-well system along with the following components: Computer with LS Software installed, Monitor, LS Accessory Kit 110V, LightScanner Start-Up Reagent Kit, installation and training, one year extended warranty, and LightScanner Master Mix with Idaho Technology Inc., 390 Wakara Way, Salt Lake City, Utah 84106. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR 13.106-(b)(1) The North American Industry Classification System Code is 334516 and the business size standard is 500 employees. The following salient characteristics apply to the LightScanner system, components, and technology: - must perform post-PCR high resolution DNA melting curve analysis -must be a closed tube system: samples should not require any processing, additional reagents or separation following PCR -must be capable of analyzing 96 or 384 samples simultaneously in a plate format -must provide specialized application specific software that collects and analyzes the fluorescence data for the applications of mutation detection/discovery and genotyping/SNP detection. - must support LCGreen® Plus double stranded DNA binding dye chemistry. -must have light-emitting diodes (LED) set at 470 nm ±20nm. -must have an electrical resistive 96 or 384 well block heating system. -must have high-precision temperature control with heating ramp rates set to 0.1ºC/sec. -must have a temperature accuracy of less than 0.15ºC and a temperature uniformity across the plate of ±0.3ºC. -Data acquisition on the instrument must be rapid and continuous with a minimum of 100 data points per 0.1ºC and a total melting time of less than 10 minutes. -must come with analysis software capable of differentiating wild-type and mutant alleles and classifying DNA samples by melting patterns associated with base composition. Software should perform data normalization, temperature shifting and display subtractive difference plots, and perform cluster analysis to group similar samples. -must have specificity for determining the genotype of a DNA sample of 99.5% for samples <600 bp. -must be able to process a minimum of 4608 wells in an 8 hour work day in 96 well format and 18, 432 wells in an 8 hour work day in 384 well format. -must be supplied with a dedicated high performance computer. -must use 96-well micro plates and have the ability to use 10ul reaction volumes or 384-well micro plates with the abilityto use 5ul reaction volumes. -must be compatible with micro-titer plates from standard laboratory thermal cyclers. -must be capable of analysis of data from unlabeled probe experiments. A minimum error rate for genotyping homozygotes based on Tm differences should be less than 0.5% for a 0.5º Tm difference when using unlableled probes. -must be CE approved and manufactured in compliance with cGMP standards. -must be provided with a warranty for a period of one year from the date of installation. Optional service contracts after warranty period must also be offered. The vendor shall supply all the necessary chemistry to perform Hi-Res Melting TM. The vendor shall provide comprehensive assay design and development guidelines for mutation detection and SNP Genotyping assays. PART II - FACTS AND REASONS TO JUSTIFY OTHER THAN FULL AND OPEN COMPETITION 1. Statute: 13.106-(b)(1) (b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization. Justification The LightScanner® System is the first and only instrument to utilize accelerated, high-resolution melting (Hi-Res Melting TM ) for genotyping and scanning in a high-throughput (96- or 384-well plate) system. It is licensed exclusively to Idaho Technology and is based upon the following patent publications: 2005-02333335 (Nucleic and Melting Analysis with Saturation Dyes) and 2006-0019253, (Amplicon Melting Analysis with Saturation Dyes). The system is the first of its kind that eliminates the time, costs and additional equipment and supplies necessary for high-throughput sequencing. Further, the post-PCR product is not destroyed so it is available for use in downstream analyses, such as sequencing. In addition to clearly identifying heterozygous variants, the LightScanner® System is the only system that enables identification of specific mutations and the combination of scanning and genotyping into one simple melting analysis. This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished shall be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI contracting office by 1:00 PM ET on April 21, 2008. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Melissa Marino, Contract Specialist at marinome@mail.nih.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference NCI-80061-MM on all correspondence.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=170e0f14047e3a30f0c69bdfd967c2f1&tab=core&_cview=1)
 
Record
SN01548666-W 20080409/080407220225-170e0f14047e3a30f0c69bdfd967c2f1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.