Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2015 FBO #4871
SOURCES SOUGHT

66 -- Genome Sequencing System

Notice Date
3/25/2015
 
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
FDA-15-1145508-SS
 
Archive Date
4/16/2015
 
Point of Contact
Tiffany R. Williamson,
 
E-Mail Address
tiffany.williamson@fda.hhs.gov
(tiffany.williamson@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice to Small Businesses The purpose of this notice is to obtain information regarding the availability and capability of qualified small business concerns. The Food and Drug Administration intends to provide maximum practicable opportunities in its acquisitions to small businesses. The Food and Drug Administration (FDA) is conducting a market survey to assess the availability of small business firms as defined by NAICS code 334516 that has the capability to provide an instrument that can perform complete genome sequencing of an organism in the event a solicitation is posted. This notification is for market research purposes and does not constitute a commitment, implied or otherwise, that procurement will be accomplished. FDA welcomes responses from all interested parties. FDA does not intend to make a selection decision or award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted of FDA's use of such information. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FDA's review of the information received. Additionally, the FDA does not intend to hold discussions concerning this sources sought with any interested parties. However, FDA reserves the right to contact vendors if additional information is required. Background The Food and Drug Administration (FDA) Southeast Regional Laboratory (SRL) requires an instrument that can perform complete genome sequencing of an organism. FDA regulation requires finished genome assemblies and closed genomes (that should also include the repeat region of the microorganism of FDA's interest) to understand the transmission dynamics of foodborne disease causing human-pathogenic microorganisms based on their genomic diversity and polymorphism by performing the single-molecule sequencing protocol. In addition, this platform will be also utilized to perform the ongoing "100K Genome Project: Tracking Foodborne Illness to its Source" that was launched in July 2012 by FDA together with partnership including CDC, NIH, USDA, and U.C Davis. The Southeast Regional Laboratory is one of FDA's participating laboratories that are assigned to perform genetic analysis of microorganisms recovered from the official samples for taking regulatory actions, if needed. Thus, SRL is in urgent need of a faster and more cost efficient instrument that can identify human pathogenic microorganisms recovered from outbreak, sporadic cases, and routine surveillance samples. Specific Tasks and Deliverables: Item 1: Quantity = 1 PacBio RS II (PN: 100-210-100) or Equal The instrument shall "meet or exceed" the following salient characteristics/specifications: • Must have Single Molecule, Real-Time (SMRT) DNA sequencing technology for parallel and uninterrupted observation of natural DNA synthesis Must use SMRT Cells for creating a scalable sequencing with single-molecule resolution • Must provide average read lengths in excess of >10 kb with ultra-long reads > 40 kb • Must have the long reads are characterized by high 99.999% consensus accuracy, and are ideal for de novo assembly, targeted sequencing applications, scaffolding and spanning structural rearrangements • Must have Zero-mode waveguide (ZMW) technology for the isolation and real-time detection of fluorescently labeled base incorporation at the single-molecule level • Must have intuitive run setup tools • Should use Single-molecule sequencing of native DNA without performing PCR amplification • Must have error-proof instrument loading • Must generate long read lengths of up to 40,000 bases with average read lengths of approximately 10,000 - 15,000 bases • Should be able to detect minor variants that are present at a frequency less than 0.1%. • Should have capability for circularized sequencing templates allow for multiple sequence reads of a single molecule, increasing the accuracy of sequence information for each molecule • Must have robotic workflow management • Must have capability to generate high-quality assembly of high- or low-GC content organisms or regions, including highly repetitive regions • Must have Software pipelines specifically for analyzing long-read data provide accurate primary and secondary analysis • Must have sequencing time per SMRT Cell: adjustable per application needs, ranging from thirty minutes to four hours • Capable of fully automated analysis from run setup, with the option to manually run later • Must have the following software to perform the de novo genome assembly: (i) ALLORA, (ii) AHA, (iii) Celera Assembler, (iv) HGAP, and (v) SMRT View Training: The contractor must provide 4 hours of on-site training for 3 analysts at the delivery location listed below. Installation: The contractor shall provide a full installation of the equipment. Technical /Support Services: The contractor must provide one year manufacture warranty for all parts, labor, travel, technical, on-line, and telephone support service for a 12 month (one year) period after complete delivery, installation, and training at no additional cost to the government. This warranty must include 2 preventative maintenance visits. The contractor shall provide full service support for the installed equipment, including but not limited to labor, parts, travel on-site support, telephone support, retesting and re-qualification of the unit, software updates and enhancements. The contractor must provide continuous online and telephone support for the instrument. The support services shall include, but not limited to trouble shooting, equipment maintenance and repair, and provide responses to operator questions. General Instructions Contractors that believe they possess the ability to provide the required equipment must submit documentation of their ability to meet each of the characteristics listed above to the Contracting Officer (i.e. brochure, information on equipment that meets specifications, etc.) When submitting the information, please reference the solicitation number FDA-15-1145508-SS. The capability statement must also include the organization name, type of business, DUNS number, point of contact name/telephone number/email address, and applicable NAICS code. Responses must be submitted via email to Tiffany Williamson at Tiffany.Williamson@fda.hhs.gov by 12:00 pm on April 1, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-15-1145508-SS/listing.html)
 
Place of Performance
Address: 60 Eighth Street NE, Atlanta, Georgia, 30309, United States
Zip Code: 30309
 
Record
SN03679166-W 20150327/150325235643-7127fba767173eb14ac6a4f4eaf99f9f (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.