SOLICITATION NOTICE
66 -- Illumina NextSeq 550 Sequencing System Sequencer Upgrade
- Notice Date
- 8/17/2017
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC72658-61
- Archive Date
- 9/7/2017
- Point of Contact
- KATHY D. ELLIOTT, Phone: 240-276-5570, Reyes Rodriguez, Phone: 240-276-5442
- E-Mail Address
-
ELLIOTTK@MAIL.NIH.GOV, reyes.rodriguez@nih.gov
(ELLIOTTK@MAIL.NIH.GOV, reyes.rodriguez@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E224, Bethesda, MD 20892, UNITED STATES Description The National Cancer Institute (NCI), Center for Cancer Research (CCR), Surgery Branch (SB) plans to procure on a sole source basis an Illumina NextSeq 550 Sequencing System Sequencer Upgrade from Illumina, Inc. 5200 Illumina Way, San Diego, CA 92122. The purpose of this acquisition is to procure a high-throughput DNA sequencer to acquire whole genome, whole exome and whole transcriptome data essential to support ongoing high priority clinical trials and projects within the NCI's Surgery Branch (SB). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR 13.106-1(b)(1) using simplified acquisition procedures for commercial acquisitions. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. Only one (1) award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The main purpose of the NCI Surgery Branch (SB) is to develop novel immunotherapies for the treatment of patients with a variety of malignancies that include melanoma, gastrointestinal, lung, and bladder cancer. This equipment will be used to acquire whole genome, whole exome and whole transcriptome data that is essential for carrying out ongoing high priority projects to identify mutated antigens recognized by patient tumor-reactive T cells. Identification of these targets provides us with powerful tools that were recently used to guide cancer immunotherapy for a patient with a gastrointestinal tumor. The utilization of Next Generation Sequencing (NGS) genomic and proteomic studies will have significant applications for the treatment of a large population of patients with a variety of malignancies. Currently, the NCI SB relies on a single Illumina NextSeq 500 desktop sequencer to process the NCI patient tumor samples. Prior to the purchase of the NextSeq 500 equipment, the NCI SB depended on commercial sources to obtain whole exome sequence data. Specifically, NCI SB worked with several NGS companies in the local area such as; PGDX or Macrogen/Axeq both using Illumina MiSeq, NextSeq, and HiSeq technologies for sequencing of exome and transcriptome libraries. The turn-around time for sequencing by these facilities was generally one to two months, which presented unacceptable delays, with a negative impact on patient care and research studies conducted by the NCI SB. Therefore, this delay prompted an initial purchase of the Illumina NextSeq 500 to maintain the sequencing technology used by these external vendors. The procurement of a second high-throughput DNA sequencer is required to support work conducted by the NCI SB. The salient characteristics are as follows: • Must have whole-genomes, whole-exomes, whole-transcriptomes • Must have many other analyses in a single run that takes ~29hrs compared to 72+hrs for other NGS platforms. • Must have a read depth of 2 X 150bp • Must have a 100-200Gb worth of data which translates to roughly ~800 million paired-end reads in ~29hrs (High Output Kit). • Must be able to single run using the High Output flow cell will generate approximately 150X coverage of 4-5 whole-exomes, 5-6 whole-transcriptomes, or some combination of the latter two. • Must have 30X coverage of a whole-genome can be achieved in a single 29 hour run, which is currently only possible with instruments with run times of 4 to 5 days, demonstrating the versatility of the NextSeq 550. • Must have sequence one or two exomes or transcriptomes which must be carried out using a Mid Output flow cell in 26 hours, saving time and reagent costs. • All shipping costs must be included on the quote. The NCI will not be responsible for payment, if shipping costs are not included. • A minimum 12-month warranty must be provided. Installation To be carried out by the manufacturer and shall occur within approximately four (4) weeks after confirmation of site readiness. This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 12:00 PM EST, on August 23, 2017. All responses and questions must be in writing and faxed 240-276-5570 or emailed to Kathy Elliott, Contract Specialist via electronic mail at Elliottk@mail.nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management (SAM) through sam.gov. Reference: N02RC72658-61on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72658-61/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04634668-W 20170819/170817232429-d78fdbcf955e3ac326c5233524e2bf5a (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 |