SOURCES SOUGHT
A -- HIGH THROUGHPUT SEQUENCING OF AMPLICONS FROM IN VITRO EVOLUTION EXPERIMENTS
- Notice Date
- 8/7/2014
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-0001
- ZIP Code
- 94035-0001
- Solicitation Number
- NNA14500955-RFI
- Response Due
- 8/22/2014
- Archive Date
- 8/7/2015
- Point of Contact
- Matthew J Heagy, Contract Specialist, Phone 650-604-5658, Fax 650-604-3020, Email Matthew.j.heagy@nasa.gov - Robin L Wong, Contracting Officer, Phone 650-604-4636, Fax 650-604-3020, Email robin.l.wong@nasa.gov
- E-Mail Address
-
Matthew J Heagy
(Matthew.j.heagy@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/ARC is hereby soliciting information about potential sources to perform periodic high throughput sequencing of amplicons from in-vitro evolution experiments. The National Aeronautics and Space Administration (NASA) Ames Research Center (ARC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals. NASA ARC requires laboratory services that perform high throughput sequencing of amplicons from in-vitro evolution experiments.Two types of sequencing runs are required. The first type of sequencing runs shall be provided on 1 or 2 lanes of an HTS flow cell on a HiSeq instrument (100 rounds, single end reads). The second type of sequencing runs shall be provided on a MiSeq instrument (250 rounds, paired end reads). Deliverables may include sequencing data files and a summary of the sequency run statistics. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Matt Heagy at matthew.j.heagy@nasa.gov no later than 8/22/14. Please reference NNA14500955-RFI in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/NNA14500955-RFI/listing.html)
- Record
- SN03456699-W 20140809/140808000957-5ec8698087497d08943a52ffabb62626 (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 |