Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
SOURCES SOUGHT

66 -- DNA Sequencer

Notice Date
4/3/2018
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, California, 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
80ARC018Q0004
 
Point of Contact
Umetria T. Dickson, Phone: 6506043001
 
E-Mail Address
umetria.y.thomas@nasa.gov
(umetria.y.thomas@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
National Aeronautics and Space Administration (NASA) Ames Research Center (ARC) is hereby soliciting information under this Request for Information (RFI) to determine whether or not there are interested and available vendor sources capable of meeting the identified requirements. This document is for information and planning purposes only and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. The NASA GeneLab project is a Space Life and Physical Sciences Research and Applications (SLPSRA) effort to increase the utility and volume of omics data (transcriptomics, proteomics, metabolomics, genomics) generated from biological spaceflight experiments. The GeneLab project will accomplish this in two ways. First, GeneLab will establish an open access repository of spaceflight relevant omics data to maximize its use by diverse investigators. Second, GeneLab will collaborate with projects and Principal Investigators (PI) to generate additional omics data from unused samples. Currently, GeneLab procures large amounts of sequencing services but has determined that it will be more efficient to generate this data with NASA owned and operated equipment. Therefore, GeneLab seeks to procure a high-throughput DNA sequencer to generate data to support its mission. Technical Requirements - The DNA sequencer shall be capable of the following: 1) generating >3 billion 100 bp single end reads or >3 billion sets of 100 bp paired end reads in a single run; 2) producing data wherein >80 % of the sequenced bases have a quality score of Phred 30 or greater. Additional requirements: • Set-up DNA sequencer. Contractor will be required to set-up the DNA sequencer. This includes unboxing, start-up and performance of initial validation runs. • Providing training on use of DNA sequencer. Contractor will be required to provide training sufficient to run the sequencer. This must include classroom sessions as well as hands on training in which sequencing data is generated from sequencing libraries provided either by the contractor and/or by NASA • Provide support for DNA sequencer. Contractor will be required to provide technical and maintenance support lasting two years from set-up of the DNA sequencer. This support must include parts, labor and travel for any instrument failures, plus replacement of any sequencing reagents lost due to these failures. • Provide sequencing reagents. Contractor will be required to provide all reagents necessary for the sequencing of 450 samples with a read depth of 85 M 100 bp read pairs per sample (38.25 M read pairs total). • Provide library generation reagents. Contractor will be required to provide enough reagents for the creation of 450 indexed sequencing libraries. These reagents should allow the creation of RNA sequencing libraries starting with total RNA. These reagents should remove ribosomal RNA by ribosomal depletion. These reagents should retain strand information. These reagents should include 384 unique indexes. The desired delivery time for the system is two weeks after award. The Government intends to acquire a commercial item and support services using the procedures identified in FAR Part 12. NASA ARC has identified the NovaSeq 6000 by Illumina, Inc. (5200 Illumina Way, San Diego, CA) as the only viable system capable of meeting the sequencer requirements and intends to negotiate a direct award under the authority of FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. NASA is seeking capabilities from large and all categories of small businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI). Interested organizations having the necessary capabilities to meet the identified requirements may submit their capabilities and qualifications in writing to the identified point of contact not later than the stated time. Submissions shall be made the Federal Business Opportunities (FBO) website (www.fbo.gov). Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. The requirements and procedures for offer submission are found in the FBO Vendor User Guide located on the FBO webpage at: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Responses to this RFI should address the following: (1) Organization/Company Info: a. Name and address of firm, b. Cage Code and DUNS Number (if available), c. Points of contact name(s) with phone number(s) and email address(es), d. Website (if applicable), and name of parent organization (if applicable), e. Business size (Based on NAICS code) and/or Socioeconomic designation (i.e., large, small, SDB, WOSB, VOSB, SDVOSB, HUBZone), f. Average annual revenue for past 3 years and number of employees; g. List of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement), h. Whether the firm is under a GSA Schedule Contract for this product (based on the above and below technical specifications identified in this announcement). Please provide contract number if applicable. (2) Technical: a. Organizations having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, descriptive literature, brochures, and references necessary to demonstrate the required technical capability of the DNA sequencer to be considered. b. Responses shall include information on the standard delivery time, set-up, training, technical/maintenance support, and ability to provide sequencing reagents and library generation reagents. Submissions shall be compatible with and accessible using Microsoft Office or Adobe Acrobat software applications. When responding, reference RFI 80ARC018Q0004 - DNA Sequencer. Documents and attachments should be in Microsoft WORD, POWERPOINT, or PDF format. Submissions should not be greater than 10 pages (no less than 10 point font except in figure captions). All information received in response to this RFI that is marked "Proprietary" will be handled and protected accordingly. As applicable, NASA may provide proprietary information to its support service contractors who are under an obligation to keep third-party proprietary information in confidence. By submitting a response to this RFI, the responder is deemed to have consented to release of proprietary information to such NASA support service contractors. This RFI is subject to review or cancellation at any time and is not to be construed as a commitment by the Government to enter into a contract. The Government will not pay for the information submitted in response to this request and respondents will not be notified of the results. This announcement does not constitute a Request for Proposal. Please do not request for a copy of the solicitation, as no solicitation exists at this time. If a firm requirement is developed and a competitive solicitation is issued, the solicitation will be made available on the Federal Business Opportunities (FBO) website (www.fbo.gov). It is the responsibility of offerors and interested parties to monitor the Internet site for the release of the solicitation and amendments, if any and will be responsible for downloading their own copy of the documents. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Information about major upcoming ARC procurement actions is available at https://www.hq.nasa.gov/office/procurement/forecast/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/ARC/OPDC20220/80ARC018Q0004/listing.html)
 
Place of Performance
Address: Moffett Field, California, 94035, United States
Zip Code: 94035
 
Record
SN04875697-W 20180405/180403231136-9a1efb31e26ce48c29afdd9285c18ac2 (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.