SOURCES SOUGHT
R -- Human Whole Genome Sequencing (30x coverage) Support Services
- Notice Date
- 12/11/2015
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2016-078
- Archive Date
- 1/5/2016
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a Small Business Sources Sought (SBSS) 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. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability and type of qualified Small Business companies technically capable of meeting this potential government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method including small business socio-economic set-aside possibilities and to determine the availability of qualified Small Business companies technically capable of meeting the Government's potential requirement. All Small Business companies with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 541990 All Other Professional, Scientific and Technical Services with size standard $15,000,000.00. Background The Laboratory of Neurogenetics (LNG) is contained within the Intramural Research Program (IRP) at the National Institute of Aging (NIA) of the National Institutes of Health (NIH). The LNG is driven by the mission to to identify the causative genes for Parkinson's Disease and other neurodegenerative diseases. The LNG has been a key laboratory in furthering the basic understanding of neurodegenerative disease progression from Alzheimer's, Parkinson's, dementia and stroke. LNG is currently collecting DNA from families and individuals with a history of neurodegenerative diseases. Purpose and Objectives This Small Business Sources Sought notice seeks to determine eligible sources with the capability to provide the required services and delivery requirement described in this announcement. The LNG has a potential requirement for a contractor to provide support by performing whole genome sequencing of 4000 DNA samples from Parkinson's disease patients and a neurologically normal control group with the goal to analyze the sequencing data of purified gDNA samples from a family of individuals with a history of Parkinson's Disease. The purpose of this potential requirement is to obtain contractor support for performing sequencing services of human genomic DNA samples. The sequencing shall be performed on an Illumina brand X Ten Sequencing System that consists of a set of 10 (ten) HiSeq X ultra-high-throughput instruments. The Illumina X Ten Sequencing System delivers the most powerful sequencing platform known to currently exist on the market. Project Requirements Contractors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve this potential requirement. Specifically, Offerors to this Small Business Sources Sought notice will possess the ability to use and operate an Illumina X Ten Sequencer system, or its equivalent. The Next Generation x10 Illumina Sequencer is capable of providing 30x coverage per genome and able to process 4000 samples in the anticipated performance period stated herein. The Illumina X Ten Sequencer System is the only system known to currently exist with sufficient power to achieve this potential requirement. Offerors shall be able to deliver results of the sequencing electronically to the Government in FASTQ, BAM, and VCF files within 4-6 weeks of contractor receipt of samples and passing an initial quality control test. Period of Performance: The anticipated period of performance of this potential requirement is on or around April 1, 2016 for two (2) months of service. Capability statements sought Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. Respondents must provide information in sufficient detail of the respondents' (a) staff expertise, including their availability, experience, and ability to perform this work; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The information submitted must be in outline format that addresses each of the elements of this requirement. A cover page and an executive summary may be included but is not required. The response is limited to ten (10) pages. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. The response must be submitted electronically to the Contract Specialist, Hunter Tjugum, at hunter.tjugum@nih.gov prior to the closing date specified in this announcement. The response must be received on or before December 21, 2015 at 4:00 pm, Eastern Time. Facsimile responses will not be accepted. CONCLUDING STATEMENTS Disclaimer and Important Notes. 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. Confidentiality. 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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-2016-078/listing.html)
- Record
- SN03967327-W 20151213/151211233856-94f847709383024529b6876e287edbf3 (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 |