SOURCES SOUGHT
66 -- High-Throughput Desktop Sequencer with Data Analysis System
- Notice Date
- 4/26/2016
- 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 - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA_16-223-SOL-1162989
- Archive Date
- 5/19/2016
- Point of Contact
- Howard Nesmith, Phone: 870-543-7459
- E-Mail Address
-
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING AN RFQ PACKAGE OR SOLICITATION. THERE IS NO RFQ PACKAGE OR SOLICITATION. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE. The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) has issued this sources sought announcement on behalf of the Center for Biologics Evaluation and Research (CBER), Facility for Biotechnology Resources (FBR), in order to determine if there are existing small business sources capable of providing a High-Throughput Desktop Sequencer with Data Analysis System and post-warranty annual preventive and corrective maintenance services. If your firm is considered a small business source under North American Industry Classification System (NAICS) 334516 - Analytical Laboratory Instrument Manufacturing; with a Small Business Size Standard of 500 employees, and believe that your firm would be able to provide the FDA with the High-Throughput Desktop Sequencer with Data Analysis System and services described below, please submit an email to howard.nesmith@fda.hhs.gov. The vendor shall include information about the company, demonstrate they can meet all of the minimum requirements. Background: The FDA/CBER/FBR provides DNA sequencing services to CBER scientists. The FBR recently acquired Illumina HiSeq and MiSeq instruments to assist scientists in conducting in-depth genetic, genomic, pathogenic, and viral studies through massive parallel DNA sequencing. The HiSeq and MiSeq instruments use different protocols in performing sequences, HiSeq is a high throughput (600Gb) sequencer which uses multi-lane flow cells (8 or 2 lane), while Miseq is low throughput sequencer (6-7 Gb) which uses single lane flow cells. With increasing demand in Next Generation Sequencing (NGS) services it is important FBR increases throughput of NGS services and ensures an alternate instrument is available to minimizing downtime when the current instrument(s) are under repair or during preventive maintenance periods. Statement of Need: Advances in DNA sequencing technology enable scientists to rapidly determine the genomic makeup of various organisms, detect mutations and polymorphisms associated with diseases, define genetic variations of pathogens and their infectivity, reveal patterns of gene expression (transcriptomes), and elucidate functions of various RNA species. The extent of achievement relies significantly on the availability of modern DNA sequencers. The required sequencing instrument and data analysis system will be used to carry out NGS services and should share the same function or protocols in sample preparation, reagent kits, and the principles or mechanism of acquiring sequence information to avoid duplicate supporting instruments for sample preparation, DNA sizing, or data conversion. Since FBR's NGS services are based on Illumina platforms it is essential to acquire similar products to ensure usability of various experimental protocols, consistence of acquired data, convenience of using existing supporting instrument. Minimum Technical Specifications: - Ability to produce DNA sequence ranging from small microbial genomes i.e. E coli, human, mouse, or rat genomes - Sequence accuracy (expressed as Q30, equivalent to "error rate probability less than 0.1%") >75% - Ability to support a broad range of sequencing applications such as: - Whole Genome Sequencing (WGS) of human, mice and rats to determine the genomic make-ups - Messenger RNA sequencing to determine gene expression profiles (or transcriptomes) - Exome sequencing to detect genetic variants or mutations - Methylation (-CH3) characterization to determine epigenetic impacts on gene expression or silencing - Chromatin immune-precipitates sequencing (ChIP sequencing) to determine interactions between transcription factors and DNA - Small RNA sequencing for establishing regulatory functions of small RNAs or intergenic RNA - Integrated system capable of generating DNA clusters (for signal amplification) from single-stranded DNA libraries through on-instrument amplification - Controlled by touch-screen computer integrated in the sequencer, with RFID (radio frequency identification) for tracking reagents or supplies used - Fully interactive with data generated and data from other sequencers - NGS data storage, analysis, and sharing, which does not require internet connection - Data generation in giga or even tera bytes - Data protection with access controls and encryption - Records log files, instrument health data, run metrics in a run and converts the raw raw files into.bcl files (base-call files) - De-multiplexed sequence reads into samples for secondary analysis - Output files should be summited for secondary analysis through different apps (Top-Hat and Cufflinks programs for RNA-Seq; Exome sequencing with BWA/GATK genome alignment software; whole genome sequencing using BWE/GATK software, DNA methylation analysis for methylated cytosine nucleotides, etc. - Computing system shall have 2 CPU with a minimal 16 cores, has storage capacity of 2x2 terabytes, memory speed of no less than 128 GB, and capable of supporting data from Illumina MiSeq and HiSeq instruments - Incorporate latest utilities and applications for analysis in a user friendly manner - Compact bench-top model - Not less than a 12-month comprehensive warranty Post Warranty Annual Preventive and Corrective Maintenance Services - Shall include unlimited corrective/remedial maintenance visits within 3 business days of call for service - Shall provide unlimited technical support access Mondays - Fridays (excluding Federal Holidays) between the hours of 8:00 AM - 5:00 PM Central Time. If the Government notifies the Contractor of a problem after 5:00 p.m. via the Internet or phone message, the vendor shall begin providing a solution to problem(s) reported within 8 business hours of contact for assistance. (e.g., telephone-based, email-based, website-based, etc.) - All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers. All repairs and PM services shall be performed following Original Equipment Manufacturer (OEM specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc.- Proposed pricing for unlimited on-site service, repairs, and Preventative Maintenance (PM) services shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. - The PM service plan shall include at least one (1) on-site visit for routine certification of the instrument per year. - Service plan shall include access to OEM technical developments, repair procedure bulletins, and unlimited software, firmware, and application updates. - Service Records and Reports: The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and the Contracting Officer with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. FOB Destination: U.S. Food and Drug Administration Center for Biologics Evaluation and Research 10903 New Hampshire Silver Spring, MD 20993 Responses to this sources sought shall unequivocally demonstrate that the respondent is regularly engaged in the sale of same or substantially similar instruments and services. Though the target audience is small business or small businesses capable of providing service from another small business, all interested parties may respond. At a minimum, responses shall include the following: - Business name and bio, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. Provide this same information again if responding to provide a service offered by another firm. - Past Performance information for the manufacturer and/or sale of same or substantially similar instruments and services shall include date of sale, description, dollar value, client name, client address, client contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent. - Descriptive literature, brochures, marketing material, etc. detailing the nature of the instrument and service the responding firm is regularly engaged in manufacturing and/or selling. - If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. If a large business, provide if subcontracting opportunities exist for small business concerns. The Government is not responsible for locating or securing any information, not identified in the response. Interested Contractors must respond with capability statements in person, by e-mail, fax, mail or other delivery method before 1:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on May 4, 2016 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS/DAP, Attention of Howard Nesmith, 3900 NCTR Road, Building 50, Room 424, Jefferson, AR 72079-9502 and Reference: FDA_16-223-SOL-1162989. 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 FedBizOpps. 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). Additional Notes: If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing for the service would be helpful.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA_16-223-SOL-1162989/listing.html)
- Place of Performance
- Address: U.S. Food and Drug Administration, Center for Biologics Evaluation and Research, 10903 New Hampshire, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN04095596-W 20160428/160426234456-138364b85f245f075ad7cef07356ef2f (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 |