SOLICITATION NOTICE
66 -- Genome Sequencer FLX
- Notice Date
- 7/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- REQ1056626-1
- Point of Contact
- Vida - Niles, Phone: 301-827-2476
- E-Mail Address
-
vida.niles@fda.hhs.gov
(vida.niles@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- REQ # 1056626-1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. The synopsis NAICS Code is 334516, is to notify contractors that the government is seeking competition of this requirement in accordance with FAR Part 13. Under the simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-32. This synopsis is full and open competition for a firm-fixed price purchase order. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Background: This instrument shall provide significant data on the specific DNA sequence-based genetic structures of several of the most common Salmonella strains associated with human illness caused by the consumption of fresh produce. These data will facilitate the design of specific diagnostic tests for effective detection, identification, and differentiation of foodborne outbreak strains of Salmonella. That is, the full-length genomic data harvested from this project will allow for the identification of effective nucleic-acid and protein based targets for uniquely and unambiguously identifying a specific strain or serovar of Salmonella. All data to be generated will encompass a comprehensive genomic database of Salmonella pathogens within CFSAN that are commonly associated with foodborne outbreaks originating from fresh-cut produce and undercooked poultry and eggs. This instrument shall support two major directives of our department mission. a) Development of methodology for establishing biomarkers particularly for foodborne pathogens and application of analytical methods for the assessing safety and efficacy of regulatory products. Technical Specifications for a Genome Sequencer FLX: QTY 1 New instrument Shall be a newly manufactured unit, not used and refurbished or previously used for demonstration The system must be capable of generating over one million unique high quality sequencing reads with an average of 350 to 400 bases pairs in length within a ten hour instrument run time. The total average yield per instrument run is 400 to 500 megabases. This statement above is the acceptable quality level that we need for our genomic sequencing projects. The system shall be based on the basic technology of this platform uses pyro-sequencing. The system shall be able to run the instrument multiple times a week, supporting a wide variety of applications and generating gigabases of useable sequence data. The data shall be outputted in a common format that is currently accepted by GenBank, such as fasta format or GenBank format. The platform shall come with a computer cluster that can read all of the base calls to an accuracy of 99% over 350 bp read length. This data output needs to be available within 12 hours of beginning the run of the instrument. We should be able to collect a minimum of 4 microbial genomes each 5Mb in size and with 15 to 20X coverage at a 99.99% base call accuracy across the whole genome and with the data collected over a 12 hour time period. The platform shall provide the ability to support the sequencing projects at a number of FDA labs and at a much/drastically/significantly reduced cost compared to traditional Sanger technologies, with a turn around time that can be measured in days instead of weeks. Acquisition rate. The offeror shall demonstrate a acquisition rate of at least the below standards: The platform should come with a computer cluster that can read all of the base calls to an accuracy of 99% over 350 bp read length. This data output needs to be available within 12 hours of beginning the run of the instrument. We should be able to collect a minimum of 4 microbial genomes each 5Mb in size and with 15 to 20X coverage at a 99.99% base call accuracy across the whole genome and with the data collected over a 12 hour time period. Base sequence Identification and Quantitation The offeror shall provide data that demonstrates the utility of using their software package for the identification of base calls from microbial genomic DNAs that have been prepared with off the shelf research reagents fully available to the public. This information should include qualitative and quantitative information. It should also demonstrate reproducibility of quantitative values. Qualitative data analysis software The software package shall include processing of raw data files for qualitative sample sequencing calls. The software shall provide the ability to process and review image files. Data analysis should be exportable to non-proprietary software such as Excel, or alternatively an option shall be provided to view results of data analysis on systems not equipped with vendor software, with output such as fasta format or others currently supported by GenBank. Operating system Specific mention shall be made if the operating system is other than Windows XP Professional. Warranty The entire system shall be warranted for parts and labor for two years and should include at least one PM visit during that time. Instrument control, stability and data system The system shall be user friendly, and easy to learn, with most control feature automatable, while retaining the optional manual operation. The instrument shall be capable of automatic mass calibration and automatic optimization of tuning. Tuning parameters must remain stable for a time period designated as reasonable by LBVB operators. Vendors shall submit the names of three laboratories that are currently using the instrument that can be contacted for experienced opinions on the use of their instruments. Installation The vendor shall demonstrate upon installation that the instrument shall meet all performance specifications claimed in the bids. The instrument will not be accepted until those performance specifications have been met. Sufficient training shall be provided so that LBVB operators may independently operate the instrument. Training The vendor shall include on-site multiple day training for up to two operators after the instrument has been accepted, and LBVB operators have become familiar with the system. Deliverables: The contractor shall deliver 60 days after receipt of order. Warranty: Two year warranty must be available with the instrument with additional warranties available for an additional cost Service and Preventive Maintenance: (Base year shall be during the two year manufacturer’s warranty) Option Year 1, service and maintenance agreement Option Year 2, service and maintenance agreement Option Year 3, service and maintenance agreement Option Year 4, service and maintenance agreement Evaluation Factors Volume I Evaluation factors for selection of a genomic sequencer system are listed in descending order of importance as follows: Factor 1 Technical Approach: Technical Approach shall describe it’s ability to meet the technical specifications, the compatibility of the system with the environment in which it will be housed, the offeror’s ability provide on site service for maintenance and repairs of all system components (eg. Next generation genomic sequencer system, software, and computer), and telephone based technical support the vendors ability to provide adequate training for the use of the system.) Factor 2 Relevant Experience: The offeror shall describe their relevant experience in fulfilling this requirement. Identify other organizations with which you have acted as a contractor while participating in the same or similar efforts. Include the degree of your involvement, the size and complexity of the organization and other information describing your experience. Offeror shall submit the names of three laboratories that are currently using the instrument that can be contacted for experienced opinions on the use of their instruments. Volume II Past Performance Factor: Contractors shall submit a list of three (3) reference contracts. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments and commercial customers. Contractors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. The reference list of the three (3) references shall include the following information for each contract and subcontract: 1.Name of contracting activity 2.Contract number 3.Contract type 4.Total contract value 5.Contract work 6.Contracting officer and telephone 7.Program manager and telephone 8.Administrative contracting officer, if different from #6, and telephone Each vendor will be evaluated on performance under existing and prior contracts for similar products or services. Performance information will be used as an evaluation factor against which contractor’s relative rankings will be compared to assure best value to the government. The government will focus on information that demonstrates quality of performance relative to the size and complexity of the contract under consideration. Volume III Price: The vendor shall provide a price in accordance with the requirements of the technical specifications. The proposed price shall include the standard manufacturer’s warranty for two years and service/preventative maintenance for option years 2, 3 & 4. Evaluation for Award: Award will be made to the party whose quote offers the best value to the Government, technical, past performance, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical 2) Past Performance and 3) Price. Technical and Past Performance significantly is more important than price. The FDA intends to make an award immediately after the response date of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. CCR: Vendor must be registered in the Central Contractor Register (CCR) prior to the award of the contract. You may register by going to www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Vida.Niles@fda.hhs.gov, no later July 20, 2009, 4:30 pm EST. QUOTATIONS DUE: All quotations are due to: Vida.Niles@fda.hhs.gov, no later than 4:30 pm, EST on July 28, 2009. PROVISIONS and CLAUSES: The provision Subpart 39.201-Electronic and Information Technology (a) This subpart implements Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR Part 1194); (b) Further information on Section 508 is available via the internet at http://www.section508.gov. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.232-33, FAR 52.246-9 and FAR 52.246-18. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice shall be sent via email to Vida.Niles@fda.hhs.gov, Telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/REQ1056626-1/listing.html)
- Place of Performance
- Address: 5100 Paint Branch Parkway, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN01873919-W 20090715/090714000327-a170e16628cdd4376126144985a63631 (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 |