SPECIAL NOTICE
36 -- Microbial Genomic Library Titration Instrument
- Notice Date
- 1/12/2010
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-RFI-1066986
- Point of Contact
- Ariana Nijaradze, Phone: 3018277161
- E-Mail Address
-
ariana.nijaradze@fda.hhs.gov
(ariana.nijaradze@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- General Information: Document Type: Request for Information (RFI) Release Date: January 12, 2010 Response Date: January 15, 2010 at 4:30pm EST via e-mail to Contracting Specialist Contracting Office Address: Food and Drug Administration (FDA), Ariana Nijaradze Contract Specialist Description: Microbial genomic library titration instrument This is a RFI NOTICE to determine the availability and capability of small business (including certified 8(a), Small Disadvantage, HUB Zone one firms; veteran-owned small business, and women-owned small businesses. This information is being sought for information and planning purposes only and shall not be construed as an invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items or services herein. This notice is NOT a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this source sought. Any response received will not be used as a proposal. No official solicitation currently exists in connection to this RFI. If in the future an official solicitation is released, there is no guarantee that sources responding to this RFI will be included on the source list. **NO QUESTIONS WILL BE ENTERTAINED AT THIS TIME** The Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS), Division of Acquisition Operations (DAO) is seeking to identify sources with capabilities or prior experience in providing microbial genomic library titration instrument. Draft Objective: The titration instrument shall support two major directives of our department mission. a) Development of methodology for establishing biomarkers particularly for foodborne pathogens; b) and application of analytical methods for the assessing safety and efficacy of regulatory products. Part A. Technical Capability – Please submit your ideas on how the following may be accomplished. New instrument: Shall be a newly manufactured unit, not used and refurbished or previously used for demonstration. The system must be capable of quantitating DNA libraries down to nanogram quantities for the generation of high quality genomic sequencing reads within a five hour instrument run time. The total average throughput per instrument run is a minimum of 4 samples. This statement above is the acceptable quality level that we need for our DNA library preparation and quantitation for our genomic sequencing projects. The system must be based on the basic technology of this platform uses fluorescent dye and imaging. It must be possible to run the instrument multiple times a week, supporting a wide variety of applications and generating high quality quantitation of DNA for useable genomic sequence data. The platform should come with a computer that can output all of the DNA quantitation reads at an accuracy of 99%. This data output needs to be available within 12 hours of beginning the run of the instrument. The sequencing instrument should come with purchasing, installation, training and service contracts, for up to 5 years of coverage on the service. The platform provides the ability to support the sequencing projects at a number of FDA labs and at a much/drastically/significantly reduced cost compared to traditional Sanger technologies, with a turn around time that can be measured in days instead of weeks. Qualitative data analysis software: The software package shall include processing of raw data files for qualitative sample sequencing calls. The software shall provide the ability to process and review image files. Data analysis should be exportable to non-proprietary software such as Excel, or alternatively an option shall be provided to view results of data analysis on systems not equipped with vendor software, with output such as fasta format or others currently supported by GenBank. Operating system Specific mention shall be made if the operating system is other than Windows XP Professional. Warranty The entire system shall be warranted for parts and labor for two years and should include at least one PM visit during that time. Instrument control, stability and data system: The system shall be user friendly, and easy to learn, with most control feature automatable, while retaining the optional manual operation. The instrument must be capable of automatic mass calibration and automatic optimization of tuning. Tuning parameters must remain stable for a time period designated as reasonable by LBVB operators. Vendors shall submit the names of three laboratories that are currently using the instrument that can be contacted for experienced opinions on the use of their instruments. Installation: The vendor shall demonstrate upon installation that the instrument shall meet all performance specifications claimed in the bids. The instrument will not be accepted until those performance specifications have been met. Sufficient training shall be provided so that LBVB operators may independently operate the instrument. Training: The vendor shall include on-site multiple day training for up to two operators after the instrument has been accepted, and LBVB operators have become familiar with the system. Maintenance: Standard Manufacturer Warranty and additional option years for maintenance. Support Instrument control, stability and data system: The system shall be user friendly, and easy to learn, with most control feature automatable, while retaining the optional manual operation. The instrument shall be capable of automatic genomic sequencing quantitation and titration, and calculation and optimization of tuning. Tuning parameters must remain stable for a time period designated as reasonable by LBVB operators. Part B. Size of Business – Please provide your business size and submit copies of any documentation such as letters of certifications to indicate the firm status. Part C. Organizational Conflict of Interest (OCI) – If any; provide disclosure of business activities of your company, your affiliates, and your team members. Part D. Cost Estimate – Please provide a cost estimate for the prospective supplies to be provided. If applicable, cost should consist of labor, supplies, overhead costs, and travel expenditures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFI-1066986/listing.html)
- Place of Performance
- Address: 5100 Paint Brant PKWY, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN02040632-W 20100114/100112235117-829cb3008e4696f872a53c525869e15f (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 |