SOLICITATION NOTICE
65 -- Two (2) NextSeq500 Sequencing Systems, One (1) a MiSeq System, including installation.
- Notice Date
- 8/8/2018
- Notice Type
- Presolicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- 18-013437
- Archive Date
- 9/7/2018
- Point of Contact
- Christopher D. Lauver, Phone: 3014965650
- E-Mail Address
-
christopher.lauver@nih.gov
(christopher.lauver@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) on behalf of the Department of Transfusion Medicine (DTM) and the Department of Laboratory Medicine (DLM), Clinical Center (CC) at the National Institutes of Health (NIH) intends to negotiate and award a contract without providing for full and open competition (Including brand-name) to: Illumina, Inc. 5200 Illumina Way San Diego, CA 92122 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 339112 with a Size Standard of 1,000 employees. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-99-1, July 16, 2018. This acquisition will be conducted under the procedures as prescribed in FAR subpart 13.5 in accordance with 41 U.S.C. 1901 or the authority of 41 U.S.C. 1903. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.5, Simplified Procedures for Certain Commercial Items and is expected to exceed the simplified acquisition threshold. GENERAL INFORMATION 1. Title: Two (2) NextSeq500 Sequencing Systems, One (1) a MiSeq System, including installation. 2. Background Information: The CC is a clinical research hospital providing medical services for patients participating in human research protocols at the NIH. The CC provides patient facilities, services for clinical investigations, research in related areas, and training programs for residents. The DLM provides laboratory testing for all NIH CC inpatients and clinic outpatients, which translates to more than 1 million test results per year. The DLM Hematology Section plans to expand patient diagnostics with the use of Next Generation Sequencing. The diagnosis, classification and monitoring of hematologic malignancies (in the past based mainly on cellular/tissue-based technologies such as microscopy and flow cytometry) are currently increasingly depending on genetic and molecular analyses. In fact, rapid molecular analysis of multiple genes is becoming essential for diagnosis and treatment of hematological malignancies. Currently, the Hematology Section of the DLM has no ability to perform rapid molecular analysis of multiple genes. Obtaining a NGS instrument in the Hematology Service would address a major deficiency in patient care. NGS tests can be done in house at a fraction of the cost to send them to an outside vendor. The NextSeq has been determined to be a good fit for the lab in terms of throughput and run time. The DTM provides transfusion support and manufactures cellular therapy products for NIH CC patients. Patients undergoing surgery, patients with bone marrow disorders, patients undergoing treatment for cancer, and patients receiving cellular therapies are likely to require blood product transfusions during their care. Given the ethnic diversity of the NIH CC patient population and their high degree of alloimmunization due to previous transfusions in other hospitals, extended blood antigen typing through serological and molecular methods is required for both patients and blood product donors in order to ensure optimical clinical outcomes and transfusion safety at our hospital. NGS is the only tool that provides high-throughput, unbiased high-resolution genotyping, permitting detection of all known blood group variants along with any novel variants of possible clinical significance present in the population. To develop the assays and algorithms necessary for this precise level of blood product matching, DTM is establishing an NGS Research Core, where a custom-designed blood group typing panel that involves both targeted and whole-genome sequencing, along with an interpretive software created by our staff, will be optimized and validated. As part of this goal, we request to obtain a NextSeq and a MiSeq Sequencing instrument, which will provide capabilities for wide whole-genome sequencing as well as targeted sequencing of challenging blood group genes. These instruments will also be employed in the study of genomic alterations and insertion site analysis of cellular therapy products, in correlation with the product's clinical efficacy. 3. Purpose or Objective: The purpose of this procurement is to obtain 3 sequencing instruments, installed, to support the missions, scientific research, and services performed in two National Institute of Health (NIH) Clinical Center (CC) departments: The Department of Laboratory Medicine (DLM) and The Department of Transfusion Medicine (DTM). 4. Delivery: Delivery date must be arranged 30 days after the receipt of order with option to hold with no charge. CONTRACTOR REQUIREMENTS (SCOPE OF WORK) Performance requirement/essential physical characteristics: Throughput, read length, paired-end sequencing capability, and sequencing quality and accuracy are critical requirements to design a precise blood antigen prediction workflow that can eventually used for clinical applications. 1. Specific requirements for DLM include: a. SY‐415-1002 NextSeq® 550 Sequencing System including NextSeq Conrol software, installation, training and 12 month warranty (including parts and labor). 2. Specific requirements for DTM include: a. NextSeq 550 Sequencing System - highly automated workflow; fast turnaround time; read lengths of up to 300bp; paired-end sequencing capability; >70% bases with quality higher than Q30 with paired-end 300bp reads; total overall accuracy >99%; up to 25 million reads and 15Gb output. b. MiSeq sequencing system - high-throughput workflow with capability for whole-genome and whole exome sequencing; quick turnaround time (15 hours for whole exome sequencing); paired-end sequencing capability; >75% bases with quality >Q30 with paired-end 150bp reads; up to 400 million reads and 120Gb output. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION Illumina is the sole manufacturer and source of the MiSeq and NextSeq550 Sequencing Systems in the United States. The is no other known source for this system to perform high-throughput paired-end next-generation sequencing by synthesis at the desired accuracy level. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10-Market Research. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include a technical proposal, a cost-price proposal, the period of performance, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by August 23, 2018, 2:00 PM Eastern time and must reference solicitation number 18-013437. Responses may be submitted electronically to Mr. Christopher Lauver, Contracting Specialist at christopher.lauver@nih.gov. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/18-013437/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN05027398-W 20180810/180808231436-b6dcc0a366e07dd844e91737de2a0732 (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 |