Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2020 SAM #6775
SOURCES SOUGHT

66 -- rocurement of one (1) QIAsymphony SP System or Equivalent

Notice Date
6/15/2020 6:13:38 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91020Q00102
 
Response Due
6/22/2020 8:00:00 AM
 
Archive Date
07/07/2020
 
Point of Contact
Adam Hernandez, Phone: 2402765633
 
E-Mail Address
adam.hernandez@nih.gov
(adam.hernandez@nih.gov)
 
Description
This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract based on responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 1,000 employees is being considered. NCI may issue a request for quotation (RFQ) as a result of this Sources Sought Notice. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. 1.0 BRAND NAME OR EQUAL This requirement is for the procurement of the brand name or equivalent instrument described in section 4.0. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement. 2.0 BACKGROUND The Clinical Oncologic Molecular Pathology Sequencing Service (COMPASS) program in the Laboratory of Pathology (LP) located in the Cancer Center for Research (CCR) at the National Cancer Institute (NCI) is committed to advancing genomic research and offering genomic testing so that new treatments, therapies and therapeutics against cancer can be developed. The COMPASS program is developing large NGS panels, whole exome sequencing and whole transcriptome sequencing assays to identify genetic changes in clinical specimens from cancer patients who are being evaluated and/or treated by NCI�s Intramural program. The Molecular Diagnostics Laboratory, a part of COMPASS program, performs molecular testing to assist in the diagnosis of a variety of cancers. The laboratory develops tests that assist in pathologic diagnosis, predict prognosis, and identify potential targets for rational personalized therapies. The Molecular Diagnostics Laboratory is currently the only Clinical Laboratory Improvement Amendments (CLIA) and College of American Pathology approved clinical laboratory within the NCI certified for performing molecular oncology testing on materials from NIH patients. The lab extracts DNA and RNA from over 1500 FFPE tissue specimen, DNA from over 1000 blood, bone marrow or other liquid specimens. With increasing test requests from NIH clinical center, there is an immediate need for an automated DNA/RNA extraction system. 3.0 TYPE OF ORDER This is a Firm-Fixed-Price Purchase Order. 4.0 PRODUCT FEATURES/SALIENT CHARACTERISTICS The instrument shall: Be one instrument capable of automatically processing kits that cover an extensive range of starting materials and applications to increase laboratory efficiency, improve quality assurance, simplify preventive maintenance, and streamline of clinical workflow. Be a modular system with a built-in touch screen to reduce user error and easily track specimens. Be capable of sample preparation and purification of DNA and bacterial and viral nucleic acids from up to 1000 �l human whole blood, 400 �l buffy coat, 50 mg tissue (including Formalin-Fixed Paraffin-Embedded [FFPE] tissue), or 1 x 107 cells. The laboratory has an increasing number of FFPE tissue specimens and blood/bone marrow and therefore requires higher throughput and fully automated processing. Additional starting material requirements for purification include DNA from plasma, serum, and cerebrospinal fluid (CSF), and viral nucleic acids and bacterial DNA from respiratory and urogenital samples for in vitro diagnostic use. Allow for purification of total RNA from up to 50 mg tissue (including FFPE tissue) or 1 x 107 cells and purification of intracellular RNA (including miRNA) from 2.5 ml human whole blood collected in PAXgene Blood RNA tubes. The laboratory has an increasing number of FFPE tissue specimens for total RNA extraction. Additionally, there are requests from CCR clinical investigators to extract RNA from PAXgene blood RNA tubes in which the laboratory currently does not have an instrument to perform the extraction. Allow for continuous sample loading, with bar code reading for sample tracking throughout the entire purification procedure. This is an important step for quality assurance in clinical sample processing to minimize human error. Allow for automated purification of circulating cell-free DNA (ccfDNA) from 4 mL blood for 1-96 samples. The laboratory is developing translational research and future clinical tests for detecting tumor ccfDNA from cancer patients to monitor the treatment response and recurrence. Contain a USB drive to import sample lists (Excel file) and export the updated sample sheet (Excel file) after DNA/RNA extraction to be transferred to the laboratory�s information system. Include a cabinet with wheels to fully support the instrument and be able to be repositioned around the laboratory with minimal effort. 4.1 DELIVERY / INSTALLATION Delivery shall be within 30 business days of the purchase order award. All shipping/handling (including FOB) and delivery/installation fees shall be included in the quote. Upon delivery, the Contractor shall notify the NCI Technical Point of Contact (TPOC), TBD at award, to schedule the installation date and time that shall occur within 10 business days after delivery. Installation shall be performed by, or under the direct supervision of, a certified operator. The Contractor shall deliver and install the equipment at the following address: Laboratory of Pathology, NCI/NIH Building 10, room 3S249 Bethesda, MD 20892 4.2�TRAINING Within 14 business days after installation, one (1) day of onsite training shall be provided for at least three (3) users of the equipment on how to use and maintain the instrument and associated software. All training expenses, including materials and/or travel expenses, shall be included in the quoted price. 4.3�WARRANTY The Contractor shall warrant that any instruments, equipment, components, or other supplies (�Supplies�) procured by this purchase are free of defects in design, material, or manufacture for a period of at least one (1) calendar year from date of acceptance by the Government. The Contractor shall warrant that all consumables or expendable parts are free of defects in design, material or manufacture for a period of at least 90 calendar days from date of acceptance by the Government. Supplies which are repaired or replaced shall be warranted for the remainder of the initial warranty period or for 90-days � whichever is greater. 5.0 RESPONSE DELIVERY POINT Capability statements shall be submitted via email to Contract Specialist, Adam Hernandez, at adam.hernandez@nih.gov no later than 11:00 A.M. EST on Monday, June 22, 2020 (06/22/2020). All information furnished must be in writing and must contain enough detail to allow the NCI to determine if it can meet the unique specifications described herein.�Please reference number 75N91020Q00102 on all correspondence. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s capability. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, an RFQ may be published. However, responses to this notice will not be considered adequate responses to a solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/654dd54967214eb2b89894b84e703557/view)
 
Record
SN05691695-F 20200617/200615230218 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.