SOURCES SOUGHT
66 -- Reagents for use on existing Illumina next generation sequencers
- Notice Date
- 7/25/2012
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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
- FDA1108110
- Archive Date
- 8/16/2012
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the Center for Biologics Evaluation and Research (CBER) requires multiple types of reagents to be used on existing Illumina next generation sequencers. The FDA is seeking business sources, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies and other than small businesses. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort. The government is seeking capability statements from manufacturing businesses capable of meeting the performance requirements. The Facility for Biotechnology Resources (FBR) within CBER provides Next Generation Sequencing (NGS) services for scientists within CBER of the FDA. FBR currently has two Illumina sequencers, a HiSeq2000 and a MiSeq, to assist scientists in conducting in-depth genetic, genomic, pathogenic, and viral studies through massive parallel DNA sequencing to rapidly determine the genomic makeup of various organisms, detect mutations and polymorphisms associated with diseases, define genetic variations of pathogens and their infectivity, reveal patterns of gene expression (transcriptomes), elucidate functions of various RNA species, etc. Performance Requirements: 1. TruSeq SBS kit v3-HS (200 cycles), each is used for one-time DNA sequencing of samples in the flow cells of the HiSeq2000 instrument, which includes delivery. Sequencing both ends of DNA amplified in the flow cell and include all regents needed to complete the sequencing cycles, including labeled nucleotides, de-blocking and washing buffers. 2. TruSeq PE cluster kit v3-cBOT-HS. Used for one-time DNA sample amplification and provides reagents for cluster formation in the flow cell in Illumina cBot instrument prior to sequencing reaction in HiSeq2000 instrument. Shall allow cluster amplification to a density ~800 k/mm2. Contain all reagents needed to complete the amplification. 3. TruSeq SR cluster kit v3-cBot used for one DNA amplification of samples in a flow cells for single read (SR) in HiSeq2000 instrument. 4. TruSeq RNA sample prep kit v2-set A (48 rxn) for preparing RNA samples for DNA sequencing). Shall allow conversion of RNA into DNA for library construction prior to DNA sequencing and contain all necessary reagents. FOB Point Destination. To be delivered no later than 30 calendar days after receipt of order (ARO) FOB Point of Delivery for Services and Supplies will be the FDA/CBER located at 29 Lincoln Dr. NIH Bldg. 29, Room 208, Betheda, MD 20892. Payment terms net 30 days after government acceptance. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offeror is capable of providing the required products identified above. Firms believing they can meet the requirements to the above specifications are encouraged to respond electronically with no less than the following information: • Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; • Sufficient descriptive literature that unequivocally demonstrates that offered products meet the specifications. • At a minimum provide the following: All descriptive material necessary for the government to determine whether the product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. Indicate whether the organization is the manufacturer of the items or authorized reseller. If reseller, include the manufacturer's name, address and DUNS number. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. • Provide comments on draft performance requirements and if any of these specifications are too restrictive or vague. No response will be considered that the listed specifications are adequate in a competitive acquisition. • If a large business, provide if subcontracting opportunities exist for small business concerns. • Suggestions on applicable NAICS code for this requirement. • Though this is not a request for quote, informational pricing must be submitted. The government is not responsible for locating or securing any information, not identified in the response. The associated North American Industry Classification System (NAICS) Code is- 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before August 1, 2012 by 10:00 A.M. (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email nick.sartain@fda.hhs.gov. Reference FDA1108110. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures. The FDA is also conducting this market research to determine if these products are available domestically at a fair and reasonable cost to the Government. 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 FedBizOpps. 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/FDA1108110/listing.html)
- Place of Performance
- Address: 29 Lincoln Dr, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02814784-W 20120727/120725235753-787ec497974448229d19105858b0be87 (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 |