SOURCES SOUGHT
66 -- Genome Sequencer
- Notice Date
- 8/12/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S6-15-T-0025
- Response Due
- 8/20/2015
- Archive Date
- 10/11/2015
- Point of Contact
- Samuel C. Layton, 435-831-2932
- E-Mail Address
-
MICC - Dugway Proving Ground
(samuel.c.layton8.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Dugway Proving Ground Mission Installation Contracting Command is seeking sources that can provide a genome sequencer with the following capabilities: The sequencer shall be capable of generating extra-long read lengths averaging 6,000 bases or larger. It shall be able to sequence a complete microbial genome of about 5,300,000 bases in less than 1 day. It shall not demonstrate any sequencing bias for AT or GC rich regions of DNA and be able to span complex repetitive regions. Sequencing runs shall be modular in nature and be scalable to the project size (i.e. be able to run one module alone or multiple modules simultaneously depending on the size of the sequencing project). It shall have the computing capacity to assemble a complete microbial genome sequence without gaps and analyze structural variations. The finished sequence assembly shall have a minimum consensus accuracy of 99.999%. Storage capacity shall be a minimum of 10 TB. A computing platform and software shall be included to assist with all the applications listed above. A minimum 1 year warranty including preventative maintenance shall be included in the purchase price. An uninterruptable power supply (UPS) shall be included to protect the sequencing system from power bumps and keep the system running for a minimum of 2 minutes. The purchase price shall also include no cost installation, onsite training for up to 3 individuals, and shipping and handling. The requiring activity for this procurement is the Life Science Division, West Desert Test Center, U.S. Army, Dugway Proving Ground, UT. A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334516 and the size standard is 500 employees. Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: (1) business name and address; (2) name of company representative and their business title; (3) pertinent details and experience of doing this type of services (identify any relationship with work conducted with the Government's chemical and biological programs); (4) business size as it relates to the NAICS code and size standard stated in this sources sought announcement; (5) contract types typically used for these types of services; and (6) other contract vehicles that would be available to the Government for the procurement of these services, to include General Service Administration (GSA) Federal Supply Schedules; and/or any other Department of Defense contracts. PROCEDURES: This Request For Information (RFI) is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Request for Information (RFI). Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army, Dugway Proving Ground, Attn: CCMI-CHD-DP (Larry Ruggles, Contract Specialist), Dugway Proving Ground, Dugway, Utah 84022-5000. No basis for claim against the Government shall arise as a result of a response to this SOURCES SOUGHT or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Responses must be submitted no later than 10:00 AM (local prevailing time at U.S. Army Dugway Proving Ground, Utah), August 20, 2015 via email (larry.w.ruggles.civ@mail.mil), or facsimile (435-831-2085). The point of contact concerning this sources sought action is Mr. Larry W. Ruggles, Contract Specialist at (435) 831-2103, or email larry.w.ruggles.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eee46cd37a9fa6ec14a57d4604c4d917)
- Place of Performance
- Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
- Zip Code: 84022-5000
- Zip Code: 84022-5000
- Record
- SN03836248-W 20150814/150813000406-eee46cd37a9fa6ec14a57d4604c4d917 (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 |