SOURCES SOUGHT
B -- ICD Next Generation Sequencing Services - Draft PWS
- Notice Date
- 4/12/2018
- Notice Type
- Sources Sought
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH18SN0006
- Archive Date
- 5/12/2018
- Point of Contact
- Susan E. Ruzicka, Phone: 3016198802
- E-Mail Address
-
susan.e.ruzicka2.civ@mail.mil
(susan.e.ruzicka2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS In accordance with FAR Part 10, the Government is performing market research for a potential requirement to provide desiccated human wound tissue studies which includes sample preparation, dying, imaging and cataloguing. After the results of this market research are obtained and analyzed, USAMRAA may conduct a competitive procurement and subsequently award a contract. The United States Army Medical Research Institute of Chemical Defense at the Aberdeen Proving Ground in Aberdeen, MD is seeking potential sources for Next Generation Sequencing (NGS) services using latest deep-sequencing, high-throughput, HiSeq NGS technology for whole-genome shotgun sequencing (metagenome) of viral (bacteriophage and mycophages), fungal, and bacterial communities residing in the post-surgery dehisced wounds. Further services include studies to generate high-quality sequenced reads with sufficient sequenced read length and coverage for downstream computational analyses and assembly, annotation, and analysis of fungal, viral, and bacterial whole-metagenome sequences. Please review the draft Performance Work Statement for the types of services being sought. Interested vendors should submit the following: 1) A capability statement that discusses the vendor's experience and capability at providing the requested services. The capability statement should not exceed three pages. 2) Vendor information including CAGE Code, applicable NAICS Code, and business size determination. 3) A discussion of previous projects performed by the vendor that are similar in size and complexity to the requested services. Interested vendors should provide their response via email to Susan Ruzicka at susan.e.ruzicka2.civ@mail.mil no later than 11:00 am Eastern on 27 April 2018. Due to email security requirements, attachments cannot exceed 10Mb in total. THIS IS NOT A REQUEST FOR PROPOSALS. INFORMATION RECEIVED WILL BE USED FOR MARKET RESEARCH PURPOSES ONLY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH18SN0006/listing.html)
- Record
- SN04887089-W 20180414/180412230717-acc539a464742e6e52cd346b11d3c5fa (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 |