Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2022 SAM #7532
SOURCES SOUGHT

66 -- Oxford Nanopore GridION

Notice Date
7/13/2022 9:07:58 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00388
 
Response Due
7/19/2022 11:00:00 AM
 
Point of Contact
Llakim Dubroff, Phone: 3014436677, KJ Shaikh, Phone: 3014436677
 
E-Mail Address
llakim.dubroff@nih.gov, kj.shaikh@nih.gov
(llakim.dubroff@nih.gov, kj.shaikh@nih.gov)
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Background:� Approximately 8% of the human genome has retrovirus sequences. Most HERVs have been mutated making them defective. However, some host loci possess HERV provirus open reading frames that can lead to the expression of viral proteins which can result to pathological effects. The Section of Infections of� the Nervous System, SINS, lab is developing long read sequencing technique to fully understand the specific HERV-K loci that are activated in ALS patients and to sequence all possible HERV-K transcripts. This information can facilitate therapy directly targeting the specific active HERV-K Loci. Purpose and Objectives: The purpose of this requirement is to purchase an instrument for long read� DNA and RNA sequencing for the Infections of the Nervous System Section, INSS, National Institute of Neurological Disorderes and Stroke, NINDS. Project requirements: The contractor must provide the following GridION Mk1 Starter Pack, cat# GRDBasicSP Flow Cell Wash Kit EXP-WSH004 Control Expansion EXP-CTL001 GridION Mk1 Sequencing Device GRD-MK1 Assurance ASSURANCE Flow Cell (R10.4) FLO-MIN112 Ligation Sequencing Kit (Q20+) SQK-LSK112 Software Licence & Device warranty - GridION SLW12M ����������� Salient characteristics Flexible, can run up to five independently addressable Flongle or MinION Flow Cells. High throughput, can generate as much as 250 Gb of data* � streamed in real time for immediate analysis. Theoretical max output when system is run for 72 hours at 420 bases / second. Outputs may vary according to library type, run conditions, etc. Integrated compute. Powerful onboard data processing and analysis, minimising IT requirements. Compact, small footprint, suitable for any lab. No capital cost, pay just for consumables. Anticipated period of performance: Purchasing equipment - NA Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Llakim Dubroff, Contract Specialist, at e-mail address Llakim.Dubroff@nih.gov The response must be received on or before July 19, 2022, 02:00 pm, Eastern Time. �Disclaimer and Important Notes:� 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 qualifications to perform the work. 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, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bbe7ba2fdc8547e2a03a8b1a2e6932bb/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06388218-F 20220715/220713230110 (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.