SOURCES SOUGHT
66 -- Whole Genome Sequencing System
- Notice Date
- 3/20/2014
- Notice Type
- Sources Sought
- 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
- FDA11302
- Archive Date
- 4/15/2014
- Point of Contact
- Howard S. Yablon, Phone: 3108276766
- E-Mail Address
-
howard.yablon@fda.hhs.gov
(howard.yablon@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought: Small Business This is a 100% Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition (334516, Analytical Laboratory Instrument Manufacturing, Size Standard: 500 employees). Your responses to the information requested will assist the Government in determining the appropriate acquisition method. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. 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 Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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). BACKGROUND The Food and Drug Administration's (FDA) CFSAN Division requires a whole genome sequencing system that will provide the ability to rapidly sequence 1000's of microbial genomes in a relatively short time period. This instrument should allow the FDA to perform "deep coverage" of community (metagenomic) samples like dietary supplements and functional food products to ensure the safety as part of FDA's regulations. Minimum Salient Characteristics for the System: 1. Bench top instrument with maximum dimensions 23"W x 21"D x 25"H 2. Weight of Instrument should be no greater than 183 lbs. 3. The ability to sequence 300 microbial genomes at 30x coverage (roughly 150 megabases of DNA sequence read from each of 300 samples) in 48 hours (300 whole genome sequences can be obtained during this time period by multiplexing using DNA "barcodes") 4. Online Manual provided one week prior to delivery 5. Instrument control computer integrated within the Nextseq with Dual Intel Xenon ES-2228L, brand name or equal, 1.8GHz CPU and 06GB RAM with a hard drive space of 750GB, with Windows 7 embedded Delivery, Installation, & Training: The vendor is responsible for the delivery, installation and training at the delivery location in Laurel, MD. The vendor shall submit a certificate of installation to the FDA before the training session commences. Training will consist of familiarizing training immediately after the installation date. At a minimum, the users need to be trained on how to process samples for analysis, how to operate and maintain the instrument for optimum functions, how to print and analyze reports, and how to troubleshoot. The training will consist of training 3 FDA scientists for a total of 24 hours. Warranty and technical support Instrument system must include a warranty/annual service and support for 1 year. Support must be available via telephone during normal business hours (Monday-Friday, 8:00am-5:30pm). Updates to the instrument and/or system software and related installation of such instrument updates and/or system software. Service Contracts: Preventative Maintenance Four, One Year Options for service warranty starting one year after installation and shall include the following 1. One (1) preventive maintenance per year with all travel, labor and parts included 2. Recalibration of instrument 3. All software updates to the instrument and/or system software and related installation of such instrument updates and/or system software 4. 24 hour turnaround CAPABILITY STATEMENT/INFORMATION SOUGHT The FDA is requesting interested qualified small businesses to provide a capability statement showing their ability and willingness to complete this requirement electronically to Howard Yablon at howard.yablon@fda.hhs.gov in a commonly used format, such as Microsoft Word or pdf. This capability statement shall be no more than five pages, excluding a cover page and table of contents. The FDA will be determining capability based on the ability to supply the above scientific instrument, installation, training, and warranty service as delineated above. Interested eligible small businesses shall also include company information to determine eligibility, including their contact information, DUNS number and size and business type (e.g. 8(a), HUBZone, etc.) based on the applicable NAICS code for the proposed acquisition (334516, Analytical Laboratory Instrument Manufacturing, Size Standard: 500 employees). Potential offerors have until 2:00 PM EST, Monday, March 31, 2014 to respond to the FDA.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA11302/listing.html)
- Place of Performance
- Address: Laurel, Maryland, 20708, United States
- Zip Code: 20708
- Zip Code: 20708
- Record
- SN03315726-W 20140322/140320234758-15f8405cc40c9189dd1f80d46a6c4e2d (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 |