DOCUMENT
Q -- RNA sequencing analysis - Attachment
- Notice Date
- 2/9/2017
- Notice Type
- Attachment
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24217N0274
- Response Due
- 2/17/2017
- Archive Date
- 3/19/2017
- Point of Contact
- Josie Tuitt
- E-Mail Address
-
josie.tuitt@va.gov
(Josie.Tuitt@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Only VA242-17-N-0274 Please note that this is not a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office 2 James J. Peters VA Medical Center Bronx, NY is conducting market research to find qualified vendors to provide the following service: The James J. Peters VA Medical Center Campus is seeking service for RNA (ribonucleic acid) sequencing analysis. RNA-seq is a next-generation sequencing technique that measures the abundance of RNA transcripts in a sample. In a standard RNA-seq procedure, total RNA first goes through a poly-A pull-down for mRNA purification, and then goes through reverse transcription to generate cDNA. The cDNA is broken into a library of small fragments, attached to oligonucleotide adapters that facilitate the sequencing reaction, and then sequenced either single-ended or pair-ended. Finally, the reads are aligned to a reference genome to estimate the expression level of known or novel transcripts. The results can indicate differences in transcriptional structure and/or in expression levels of specific genes. To study noncoding RNAs that lack poly-A tails, the poly-A pull-down step is replaced with a ribosomal RNA reduction experiment. Performance will be at the Contractor s facility with the results sent electronically to the research study investigator. The North American Industry Classification Systems (NAICS) is 621511; the size standard is $32.5 million. The purpose of this notice is to gain knowledge of potential qualified sources for this procurement. Responses to this notice will be used by the Government to make appropriate acquisition decision. Responses to this notice should be provided in a capabilities statement which includes: 1) Offerors name, address, point of contact, phone number, and e-mail address; 2) Offerors capability to perform a contract provide three examples of comparable work performed within the past three years with a brief description of the project, customer name, and dollar value of the project ; and 3) Offerors Business Size (Large Business, HUBZone, Service Disabled Veteran Owned/Veteran Owned and/or Small Business, 8(a), etc. and DUNS number. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM) (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing (email) and received by February 17, 2017 at 2:00 PM EST. Include VA242-17-N-0274 in the subject line. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Please email responses regarding this notice to Josie Tuitt at josie.tuitt@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N0274/listing.html)
- Document(s)
- Attachment
- File Name: VA242-17-N-0274 VA242-17-N-0274.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3266344&FileName=VA242-17-N-0274-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3266344&FileName=VA242-17-N-0274-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Place of Performance
- Address: 130 W. Kingsbridge Rd;Bronx, New York
- Zip Code: 10468
- Record
- SN04397123-W 20170211/170209234332-a0930e20c82fb2e99432eb025c5aca9c (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 |