Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2012 FBO #3847
SOURCES SOUGHT

B -- Whole Genome Sequencing

Notice Date
6/4/2012
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA1103394
 
Archive Date
6/19/2012
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR) requirement to perform whole genome sequencing using Next-Generation sequencing technology as part of an on-going study with NCTR-led Sequencing Quality Control (SEQC) project. The FDA is seeking business sources, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies and other than small businesses. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The government is seeking capability statements from businesses capable of performing the whole genome sequencing using Next-Generation sequencing technology as part of an on-going study with NCTR-led Sequencing Quality Control (SEQC) project. The service of Whole Genome Sequencing (Human) for human genomic DNA samples requires at least 30X coverage, from short-insert paired end reads. Package includes consensus sequence from ELAND alignment and called SNPs. The government will send contractor encoded and de-identified DNA samples from 38 subjects and the contractor shall make libraries, perform sequencing and provide encrypted raw data. The contractor shall run all samples and return results no later than 50 calendar days after contractor's receipt of Government provided samples. Performance requirements: a. The contractor must independently assess the quantity and quality of the DNA samples provided by the government to ensure that they are acceptable for sequencing. b. Preparation of libraries from the DNA samples that can be run on the Next-Gen platform. c. Sequencing of the libraries using the next-gen technology. The parameters for the sequencing are short-insert paired end reads, 100 bases per read, and a depth of coverage of at least 30x across the human genome per sample. d. Alignment of the read data to the current reference human genome. At least 85% unambiguous alignment is required. Samples that fail to meet the requirements shall be re-analyzed at no additional cost to the government. e. The following data analysis and output must be provided. The data will be provided on portable hard drives of sufficient capacity to hold the data (multiple hard drives may be used if needed). 1. FASTQ files for each sample. 2. A metadata table with details about the sample processing at the contractor's laboratory, including flow cell statistics outlining the quality and yield of the flow cell(s) where samples were clustered and sequenced. 3. QC files regarding any presence of artifact/duplicate sequences, along with base distributions and qualities. 4. An alignment file (BAM format) containing best alignments of each read to the applicable genome, with un-mappable reads also included. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered instrument and services meet the technical requirements identified above. Firms believing they can meet the requirements to the above specifications are encouraged to respond electronically with no less than the following information: • Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; • Sufficient descriptive literature that unequivocally demonstrates that offered products and services meet or exceed above specifications. • At a minimum provide the following: All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. Include the amount of DNA required for each sample. • The offeror includes documentation of technical competency of the sequencing • Provide a list of prior similar experience in Next-Gen sequencing work using the Illumina platform and contact information on at least two references that can be contacted that the contractor has provided similar services within the last two years. Name, telephone number, email address, contract number and description of services with dollar amount. Provide the sequencing platform to be used and if other than Illumina provide documentation that the Government will be able to make one to one comparisons between the data and previous studies without introducing bias from other platforms. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. • If a large business, provide if subcontracting opportunities exist for small business concerns. • Though this is not a request for quote, informational pricing must be submitted. The government is not responsible for locating or securing any information, not identified in the response. The associated North American Industry Classification System (NAICS) Code is- 541380- Testing laboratories; Small Business Size Standard is $14 million. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before June 18, 2012 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email nick.sartain@fda.hhs.gov. Reference FDA1103394. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1103394/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02765786-W 20120606/120604235659-37149d89d4d24df6b46fe8f17b46e57d (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.