SOLICITATION NOTICE
66 -- RECOVERY- Eighty (80) Applied Biosystems Taqman Human microRNA Arrays A&B
- Notice Date
- 10/6/2009
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
- ZIP Code
- 20852
- Solicitation Number
- NCI-90180-MM
- Archive Date
- 10/31/2009
- Point of Contact
- Melissa P Marino, Phone: 301-402-4509, Caren N Rasmussen, Phone: (301) 402-4509
- E-Mail Address
-
marinome@mail.nih.gov, cr214i@nih.gov
(marinome@mail.nih.gov, cr214i@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY The National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), plans to procure Eighty (80) brand name Applied Biosystems Taqman Human microRNA Arrays A & B. This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(2) and 13.501-(a)(1) using simplified acquisition procedures for commercial acquisitions. The North American Industry Classification System Code is 334516 and the business size standard is 500 employees. Contractor Requirements: The contractor shall provide eighty Applied Biosystems Taqman MicroRNA Arrays. Unique features of the Applied Biosystems TaqMan MicroRNA Arrays include: 1.)Reaction vessel uses microfluidic technology in a 384-well plate format. 2.)The reaction vessel has 8 sample loading ports and must use centrifugation to distribute the samples into each of the 48 wells serviced by each port. 3.)The reaction vessel is compatible with the Applied Biosystems 7900HT Sequence Detection System (a real-time PCR instrument). NCI already has this system in the lab, so there is no need to purchase additional equipment. 4.)The reaction vessel is pre-loaded with pre-designed 5'-nuclease assays using TaqMan® probes. a. The assay contains the necessary primers and probes to perform both reverse transcription of the targeted miRNA, and real time PCR detection of that miRNA transcript only. b. The assay id specific for the mature form of the miRNA transcript. c.The real time PCR detection method includes TaqMan® probes (5' nuclease chemistry) with MGB quenching the 3' end of the probe. d.The TaqMan® probe is cleaved when the probe hybridizes to the target. e.The assay has a minimum dynamic range of 6 logs. 5.)The vendor shall supply all the necessary consumables to perform real-time quantitative PCR, including PCR reagents designed for use with the fluorogenic 5' nuclease assay. All PCR reagents contain a passive internal reference dye to minimize well-to-well variability. 6.)The vendor shall provide comprehensive assay design and development guidelines for real-time quantitative PCR. 7.)The vendor shall offer Telephone Technical Support and Field Applications/Sales/Service Support to help solve chemistry and instrumentation problems encountered with real-time quantitative PCR. 8.)High specificity: single base pair discrimination of mature miRNA. 9.)Sensitivity: single copy of target 10.)Linear Dynamic Range: 7-9 logs of linear dynamic range 11.)Ease of use: Easily implementable on existing 7900HT, with only 2 steps that take approximately 3-10 minutes total hands on time average per sample when operating in high throughput (15-30 minutes per sample hands on time in low throughput) 12.)Low sample input: Ability to assess single cells or low cell population (Non-biased assessment of single cells with the TaqMan Array). Ability to do Laser Capture Microdissection (LCM), FFPE (Formalin Fixed Paraffin Embedded) tissues, and every other tissue with minimally 1 cell and no limitation on abundant sample. 13.)Highly parallel miRNA profiling/detection in the TaqMan Array Cards (TLDA) with TaqMan miRNA Gold Standard Assays These Arrays must be compatible with the 7900HT Real-Time PCR machine and Sorvall Legend RT+ centrifuge. Brand name justification: Use of a different platform would result in a decrease of sensitivity and specificity. Further, alternate platforms would require procurement of additional, costly equipment and re-training of staff. The Government intends to award a purchase order to the contractor(s) whose response provides the greatest overall value to the Government based on price and delivery time. One award will be made as a result of this solicitation. This will be awarded as a Firm Fixed Price type contract. Potential offerors may request a copy of the solicitation from Melissa Marino, Contract Specialist via electronic mail at marinome@mail.nih.gov or fax (301) 402-4513. If you have questions regarding this notice, they may be addressed to the aforementioned individual noted above. When submitting your request please include complete mailing address, DUNS number, point of contact name, email, phone and fax number. Estimated issued date of the solicitation is October 19, 2009 with an estimated due date of October 30, 2009 No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA). Reference: RFQ-NCI-90180-MM on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-90180-MM/listing.html)
- Record
- SN01980981-W 20091008/091006235045-9d97e56405f4d89ce66bda310db87007 (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 |