SOLICITATION NOTICE
B -- Ovation RNA Sequencing Systems and Ovation SP Ultraflow DR Multiplex System
- Notice Date
- 9/9/2014
- Notice Type
- Presolicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-HL-2014-267-KBM
- Archive Date
- 10/3/2014
- Point of Contact
- Kelli Malkin,
- E-Mail Address
-
Kelli.Malkin@nih.gov
(Kelli.Malkin@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA) on behalf of the Division of Intramural Research (DIR) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Nugen Technologies, Inc., 201 Industrial Road, Suite 310, San Carlos, CA 94070 for Ovation RNA Sequencing Systems and Ovation SP Ultraflow DR Multiplex System. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 541711 with a Size Standard of 500 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-71. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. DESCRIPTION OF REQUIREMENT Background The RNA-Seq System is needed for the Framingham Heart Study (FHS) pilot RNA-Seq project. This project aims to obtain a deeper understanding of the CVD (cardiovascular disease) risk loci, which had been previously identified by genome-wide association study (GWAS). This will be achieved by characterizing patient transcriptome using the state-of-the-art RNA-Seq procedure. Transcriptome data will be analyzed primarily in CAD cases, including individuals with prior MI, other manifestations of CAD, and/or with high coronary artery calcium levels and in controls. Since the FHS RNA samples are precious specimen and are in very low quantity. These samples have to be pre-amplified before standard library construction. The RNA-Seq System kits requested serve as the critical reagent to generate double stranded cDNA from RNA samples with limited quantity. Based on a proprietary SPIA (single primer isothermal amplification) technique, the Ovation kit can yield microgram of double stranded cDNAs from nanogram and even sub-nanogram of input RNAs. Therefore, it is indispensable for the experimental implementation of the FHS RNA-Seq project, which is of great interest to NIH mission and health of general public. Purpose and Objectives The mission of the DIR DNA Sequencing and Genomics Core is to provide the NHLBI DIR investigators with cutting-edge sequencing technology to meet the increasing demands in genomics and epigenomics research. The core facility fulfills this need using NuGen Technology products. These instruments are responsible for high-throughput data acquisition. Before Sequencing can begin a high quality DNA Library must be constructed. NuGen Technologies provides the Mondrian, a high quality and through-put instrument to accomplish this task. The Ovation RNA-Seq System is the reagent system designed for downstream use with the Mondrian. These reagents provide automated production of multiplexed libraries starting with as little as 1ng of DNA. This acquisition is paramount to the Cores ability to provide this service the Institute, The DIR Sequencing and Genomics Core provides NextGen sequencing services to more than 20 DIR Laboratories. Without the reagents to perform Library construction, DNA sequencing is not possible. Period of Performance One year from date of Notice to Proceed Project Description Contractor Requirements The contractor will supply Shipment #1 within 30 days after receipt of order. The contractor will supply the following reagents: 1. *Ovation RNA-Seq System v2 Quantity of 2 kits Catalog# 7102-08 2. *Ovation RNA-Seq System v2 Quantity of 3 kits Catalog# 7102-32 3. *Ovation SP Ultralow DR Multiplex System 1-8 (32 rxn) Quantity of 30 kits Catalog# 8033-32 Government Responsibilities NHLBI will ensure receiving of the kits, along with storage at 4C, under proper conditions. NHLBI will ensure the kits are used with the proper timeline before expiration date. Reporting Requirements and Deliverables The technologist must provide all reports and deliverables as indicated in the contractor requirements. Program Management and Control Requirements The DNA Sequencing & Genomics Core lab technician will oversee the analysis using purchased reagents. Validation, Inspection and Acceptance Requirements Inspection and acceptance of reagents and instrumentation will be performed at the NIH/NHLBI DNA Sequencing & Genomics Core, located in the CRC, building 10, 8N115, Bethesda, MD 20892. If there is significant damage to the packaging, representing deep penetration or water damage, or if there is evidence of tampering with the contents, then the shipment should be rejected. The medical director or his/her designee will communicate this decision to the sales representative of the vendor. The reagents and instrumentation will be inspected and accepted by a DNA Sequencing & Genomics Core technologist. They should address any questions or concern with the medical director of the pulmonary function lab and with the vendor. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the Sole/Single Source Justification below. The work of DNA Sequencing & Genomics Core depends heavily on generation of DNA Libraries from various species. To this end, the core has been using the Ovation SP+ Ultralow Library System based on in-cartridge library enrichment and purification. Producing libraries with very low amounts of insert DNA and little or no adaptor dimer formation. The resulting libraries are compatible with a wide range of sequencing applications that the core offers. NuGEN Products are manufactured by NuGEN and are covered under a variety of patents. All NuGEN Products are sold exclusively and directly by NuGEN in the United States of America. They are not available from any other source. All NuGEN products are serviced directly and solely by NuGEN Technologies, Inc. The laboratory is building a database therefore needs consistency and minimum variability in the data. Buying lot-matched reagent will bring both reliability and consistency, allowing us to share data with the researchers at NIH and thus improve use of public funds. NuGEN, Assays are manufactured and sold only by the manufacturer NuGEN Technologies. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by 12:00 PM EASTERN TIME August 18, 2014 and must reference number NHLBI-CSB-HL-2014-267-KBM. Responses may be submitted electronically to Kelli Malkin at kelli.malkin@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch,6701 Rockledge Drive, 6114, Bethesda, MD 20892-7902, Attention: Kelli Malkin. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-HL-2014-267-KBM/listing.html)
- Record
- SN03502557-W 20140911/140910000205-c45e668694d3b20db29878f8c6be0bd0 (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 |