Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2011 FBO #3528
SPECIAL NOTICE

66 -- SEQ Buffer - 2011-Q-13727

Notice Date
7/21/2011
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2011-Q-13727
 
Point of Contact
Deborah T Workman, Phone: 770-488-2889
 
E-Mail Address
atl7@cdc.gov
(atl7@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
SEQ Buffer In accordance with FAR subpart 6.302-1(c) (ii), the Centers for Disease Control and Prevention (CDC) intends to issue a sole contract to Applied Biosystems for the SEQ Buffer In order to determine the hepatitis virus genotype of patients infected with HBV and HCV, it is necessary to sequence the appropriate amplicon. Sequencing is the golden standard for genotype and subtype determination. Applied Biosystems is the recognized leader in the sequencing industry and all of our PCR and sequencing equipment is manufactured by ABI. Current CDC recommendations suggest confirmation of each antibody positive patient with a supplemental assay such as a Polymerase Chain Reaction (PCR) assay or an additional antibody assay followed by sequencing. In situations where infection with HCV or HBV needs to be confirmed, the PCR assay is the only option. This assay will confirm on-going viral infection. These PCR assays can be used to help in studies conducted by the epidemiology branch to determine the extent of hepatitis infection within certain populations. The use of these assays in the past within this lab has increased the number of requests. This in turn has also led to an increase in the number of epidemiological studies conducted in the Hepatitis Division to examine the extent of current and past infection in the public health of citizens of the United States. Our Branch does extensive tests to determine the hepatitis virus genotype of patients infected with HAV, HBV and HCV, and HEV and their complete genome sequence. Sequencing is the golden standard for genotype and subtype determination and chain termination sequencing as performed with the needed reagents is the best method for sequencing de novo. We have consistent protocols that use materials supplied by Applied Biosystems, we use the equipment of the same company, which is the industry leader in medium to high throughput sequencing, and in our experience those are the most suitable consumables. The materials are required for the operation of our core sequencing laboratory during the course of one year. Applied Biosystems offer very competitive bulk pricing of the needed materials and additional volume discount for Standing order purchases. Use of alternative means and sources to accomplish the same testing objectives would require extensive validation and expense on the part of CDC. The pricing of ABI is approximately 27-43% lower (depending on the purchase volume) that the one of Fisher Scientific. Applied Biosystems is the original manufacturer of the supplies and the one company that can provide all required components at the needed schedule. These kits are proprietary to Applied Biosystems and are not available through another known source. Our sequencing equipment is designed to operate optimally with the use of these specific reagents. Other companies that offer those reagents are resellers of the same components and none has competitive pricing. It is the understanding of the Government that an award to any other source would cause unacceptable delays in meeting the requirements of the Government. Interested parties who feel that they possess the capabilities to provide the services described above should submit a capability statement demonstrating their abilities to provide the services. The information received in response to this notice will be considered solely for the purpose of determining whether or not to conduct a competitive requirement. Please send your documentation to Deborah Workman by fax (770) 488-2889, or email to atl7@cdc.gov. Documentation should be received within fifteen (15) days after the date of publication of this synopsis to be considered by CDC. A determination by the CDC not to compete this proposed contract, based upon responses to this notification, is solely within discretion of the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2011-Q-13727/listing.html)
 
Place of Performance
Address: 850 Lincoln Centre Drive, Foster City, California, 94404, United States
Zip Code: 94404
 
Record
SN02506097-W 20110723/110721235024-543362ea476e4914fe28a7aaa5fb0f45 (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.