SOURCES SOUGHT
66 -- Illumina HiSEQ brand name or equal
- Notice Date
- 3/1/2016
- 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 - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
- ZIP Code
- 20857-0001
- Solicitation Number
- SSFDA1162122
- Point of Contact
- Howard S. Yablon, Phone: 2404027630
- E-Mail Address
-
howard.yablon@fda.hhs.gov
(howard.yablon@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought: Small Business 3/01/2016 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 business; HUBZone small businesses; service-disabled veteran owned small businesses; 8(a) or small disadvantaged businesses; women-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North America Industry Classification System (NAICS) code for the proposed acquisition (334516, Analytical Laboratory Instrument Manufacturing, Size Standard: 1,000 employees). 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 is not considered a small business under the applicable NAICS code should not submit a response to this notice. PURPOSE AND OBJECTIVES The purpose and objectives of this potential requirement is to procure a one (1) Illumina HiSEQ brand name or equal, high throughput next-generation sequencing platform capable of producing high quality sequence with a high-depth of coverage level, onsite data storage with a one year option for service maintenance. The instrument needs to be capable of generating 300 to 1000 Gb in a single run. Minimum System Requirements: • Compatible for use with currently employed methods and workflows for the Illumina Nextera XT Library preparation protocols and Illumina TruSeq protocol which are the protocols necessary for our assays. • Must include a standalone (local) system for data analysis, management, and storage. • Data output shall be compatible with multiple standardized data output format (FASTQ, BAM, VCF, and txt) for maximum compatibility with third- party downstream analysis and visualization. • Must be able to sequence samples prepared by user defined, customized methods. • Must be a fully integrated system, including any and all computer(s), software(s), and peripheral equipment necessary for instrument operation, data acquisition, and instrument networking capability. Any and all associated computer equipment/software must be compatible with, and include Microsoft Windows 7 operating system. • Must be capable of automated multiplexed sequencing during the same run and include an easy, automated, method of tracking of sequences generated from multiple samples/genomes. • Must include any and all additional instrumentation or components necessary for automated, high capacity cluster generation. • Must be capable of fully automated single or paired-end sequencing and the integrated fluidics must be incorporated in the instrument, not as a separate, extra, module or require additional equipment. • Must use ready-to-use kits of pre-packaged reagents for library preparation and labeling of primer templates for multiplexed reactions that are compatible with existing research protocols employing Illumina based sequencing for data acquisition and data analyses. The pre-packaged reagents for sequencing must contain all reagents for cluster generation and sequencing. • Reagents shall provide flexibility of data generation (read length of 125 to 250bp) and output (300 to 1000 GB in a single run) depending on required application. • Generated data shall have high quality score (Q score) distributions at every read length, greater than 75% of bases with Q30 for 2 × 125 bp read length or 80% of bases with Q30 for 2 × 250 bp read length. • Power system requirements: 110 VAC, 60 Hz • Delivery and Installation • Training ANTICIPATED PERIOD OF PERFORMANCE Base Year: 9/01/2016-8/31/2017 Option Year 1: 9/01/2017-8/31/2018 CAPABILITY STATEMENT/INFORMATION SOUGHT The FDA is requesting interested qualified small businesses to provide a capability statement showing their ability and willingness to complete this requirement electronically to Howard Yablon at howard.yablon@fda.hhs.gov in a commonly used format such as Microsoft Word or pdf. The capability statement shall be no more than five pages long excluding the cover page and table of contents. The FDA will be determining capability based on the ability to supply the above service maintenance as delineated above. Interested eligible small businesses shall also include company information to determine eligibility, including their contact information, DUNS number and size and business type (e.g. 8(a), HUBZONE, etc.) based on the applicable NAICS code for the proposed acquisition (334516, Analytical Laboratory Instrument Manufacturing, Size Standard: 1,000 employees).. Potential offerors have until 3:00 PM ET, Tuesday, March 15, 2016 to respond to the FDA. 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 any 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 propriety, 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/DCASC/SSFDA1162122/listing.html)
- Place of Performance
- Address: FDA/CVM, Laurel, Maryland, United States
- Record
- SN04035123-W 20160303/160301234321-4923278be3311766efce53229333b452 (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 |