Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
SOURCES SOUGHT

R -- Bioinformatics services for next-generation sequence analysis

Notice Date
1/23/2017
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related 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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-2017-163
 
Archive Date
2/17/2017
 
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 518210 - Data Processing, hosting, and related services with associated business size standard $32,500,000.00. BACKGROUND The National Institute of Mental Health (NIMH) is one of 27 Institute Centers at the National Institutes of Health (NIH) committed to making important discoveries that improve health and save lives. NIMH is the lead federal agency for research on mental disorders. The mission of NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. The Human Genetics Branch at the NIMH in the Division of Intramural Research Programs (IRP) seeks to determine the human genetic variation that contributes to the risk for mood and anxiety disorders such as bipolar disorder and panic disorder, so that better methods of diagnosis and treatment can be developed. PURPOSE AND OBJECTIVES The purpose of this potential requirement is for NIMH/IRP to obtain contractor support to provide bioinformatics services for next-generation sequence analysis and processing of DNA sequence data. PROJECT REQUIREMENTS Offerors to this Small Business Sources Sought notice MUST document evidence of being able to achieve the following critical elements of this potential requirement. Offerors shall specify any other qualifications the Offeror deems applicable for performing Bioinformatics Services for next-generation sequence analysis as it relates to the subject potential requirement. Contractors submitting a response to this Small Business Sources Sought notice shall possess the ability to achieve the salient government features of this potential requirement. Specifically, Offerors shall possess the ability to successfully perform the following tasks and services: 1.Collaborate with laboratory, clinical, and computer scientists to define and design informatics projects of value to the Section. 2.Perform quality control and analysis of SNP, next-generation sequencing, and microarray data obtained from humans and model organisms. 3.Perform biological network and pathways analyses on sets of SNPs and genes that are being identified in ongoing studies. 4.Apply physical mapping, functional, and disease annotation to sets of SNPs identified in genome wide studies. 5.Design and apply existing computer systems and databases to organize, analyze, and mine large-scale DNA sequencing data. 6.Work independently and with a team of computer specialists, biologists, and clinicians to developand maintain databases of genetic and biological data. 7.Create code in R, Perl, and Unix and provide documentation and support to users where needed. 8.Troubleshoot operational errors and decide what action is needed. 9.Collect, assemble, and curate publicly-available data with appropriate respect for rules governing data use and dissemination. 10.Maintain a laboratory notebook describing the work accomplished in sufficient detail to allow others to replicate the work. 11.Maintain associated computer files, printouts, and other documents in an orderly fashion. Period of Performance: The aniticpated period of performance for this potential requirement will be effective on or around June 1, 2017 through May 31, 2018 including the option to exercise three (3) additional subsequent one-year Periods of Performance. CAPABILITY STATEMENT / INFORMATION 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 clear and convincing evidence of possessing the knowedge, skills, abilities and experience to successfully perform the requirements described in this announcement. Detailed past experience in implementing similar requirements to the requirement described in this announcement must be clearly delineated in any response provided, including a Curriculum Vitea (CV). Evidence of any published manuscripts or other documentation produced shall be used to support past experience. Respondents must provide clear and convincing documentation of their capability in providing analytical quality control and any other requirements and services specified in this notice. Respondents must provide a general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. The Respondent must also provide information in sufficient detail of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (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. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The response is limited to ten (10) pages. The 10-page limit does not include the cover page, executive summary, or CV or references if requested. The information submitted must be must be in and outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must reference the solicitation number and be submitted to Hunter Tjugum at hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov prior to the closing date specified in this announcement. The response must be received on or before the closting date/time specified in this announcement. 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-2017-163/listing.html)
 
Record
SN04377998-W 20170125/170123234354-f4386192ff4b0f476cf88cdd7fb492ce (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.