Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2012 FBO #3863
SOURCES SOUGHT

B -- Microarray Services

Notice Date
6/20/2012
 
Notice Type
Sources Sought
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA1105031
 
Archive Date
7/14/2012
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. 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." The associated North American Industry Classification System (NAICS) Code is 541711- Research and Development in Biotechnology; Small Business Size 500 employees. The National Center for Toxicological Research (NCTR) requires sequence 150 RNA samples and 150 microRNA samples using an Illumina HiSeq200 platform and 100 RNA samples using LifeTech/SOLiD4 platform for an existing project E0731901, "The Sequencing Quality Control Project" to evaluate the impact of different RNA-Seq protocols on the identification of differentially expression genes. The resulting RNA-Seq sequence data will be utilized to (1) enhance our understanding of the human and rat transcriptomes and gene expression; (2) assess the advantages and limitations of NGS and microarrays in identifying biomarkers for safety and prognosis; and (3) develop NGS bioinformatics strategies and evaluate their advantages and limitations Statement of Work (SOW)/Performance Work Statement (PWS) Sequencing of SEQC project samples using additional, modified RNA-Seq protocols from both Illumina and LifeTech/SOLiD. 1. The contractor shall provide library preparation service for mRNA-Seq using Illumina TrueSeq labeling kit (up to 24 barcode indices can be added to the libraries). 2. The contractor shall provide mRNA Deep Sequencing using HiSeq 2000, SE50 (>18,000,000 reads/sample). 3. The contractor shall provide library construction for microRNA-Seq using Illumina TrueSeq labeling kit (up to 48 barcode indices can be added to the libraries). 4. The contractor shall provide microRNA Deep Sequencing using HiSeq 2000, SE50 (>18,000,000 reads/sample). 5. The contractor shall provide library construction for RNA-Seq using SOLiD® Total RNA-Seq Kit (up to 12 barcode indices, strand-specific reading, ribosome reduction). 6. The contractor shall provide RNA-Seq Sequencing using SOLiD® 4 Sequencer. The Government will provide the contractor with 150 RNA and 150 microRNA samples to utilize an Illumina HiSeq200 platform and 100 RNA samples to utilize a LifeTech/SOLiD4 platform. The samples will be provided in batches of 50 each over an estimated 3 month period. The contractor shall sequence all samples and provide the analysis results in the form of fastq data files. Interested Contractors must respond with capability statements to include information regarding the following: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. References provided should be within the last three (3) years. Potential contractors must indicate DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code. Capability statements are due in person, by postal mail or email to the point of contact listed below on or before June 29, 2012, by 12:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, Office of Acquisitions & Grants Services, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email regina.williams@fda.hhs.gov. Reference FDA1105031. 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1105031/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02781354-W 20120622/120621000117-266f0ccf09180d592de2c361c1149241 (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 |
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.