SOURCES SOUGHT
66 -- Human RNA Sequencing Kits - Sources Sought - 4632294
- Notice Date
- 8/10/2017
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-17-621
- Archive Date
- 8/30/2017
- Point of Contact
- Danielle R. Brown, Phone: 301 480 2385
- E-Mail Address
-
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought - 4632294 Human RNA Sequencing Kits Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SS-17-621 2.Title: Human RNA Sequencing Kits 3.NAICS Code: 541380 - Testing Laboratories 4.Size Standard: $15.0 Million 5.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 and to determine the method of acquisition. 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. Background: Automated robotic sequencing systems require the use of proprietary reagents to ensure efficient operation and the desired outcomes of the operating systems. LNG has purchased through competitive procedures a number of genotyping and sequencing systems which have a proven platform for genetic analysis and functional genomics. Each of the systems requires the use of reagents and consumables to ensure efficient operation and the desired outcomes of the operating systems. Reagents are chemicals and enzymes used to perform an assay or research sequencing methodology. All reagents must be compatible with, and optimally perform in the manufactured systems. LNG uses standardized protocols with the existing LNG equipment and there are additional protocols in process and at the development stage. Purpose and Objectives: The purpose of this acquisition is to provide supplies to the Laboratory of Neurogenetics for neurodegenerative disease research for the purpose of sequencing human RNA samples on manufactured sequencing systems. These reagents will be used to identify causative genes for neurodegenerative diseases, such as Amyotrophic Lateral Sclerosis, Parkinson's Disease, frontotemporal dementia and Lewy body dementia. Specifically, HiSeq® PE Cluster Kit v4, HiSeq® SBS Kit v4 (250 Cycle) TruSeq Stranded Total RNA Library Prep Kit, PhiX CONTROL V3 KIT. Delivery Schedule: Within one (1) week after receipt of order (ARO). Project Requirements: Salient characteristics •Kits need to be compatible with Illumina HiSeq 2500 Sequencing Robots. •HiSeq® PE Cluster Kit v4 - cBot oMaximum Output - Up to 1000 Gb per dual flow cell run oMaximum Reads per run - Up to 4 billion oSystem Copmatibility - HiSeq 1500, HiSeq 2000, HiSeq 2500 oReagent Type - Sequencing by Synthesis oTechnology - Sequencing •HiSeq® SBS Kit v4 (250 Cycle) Maximum Output - Up to 1000 Gb per dual flow cell run oMaximum Reads per run - Up to 4 billion oSystem Copmatibility - HiSeq 1500, HiSeq 2000, HiSeq 2500 oReagent Type - Sequencing by Synthesis oTechnology - Sequencing •TruSeq Stranded Total RNA Library Prep Kit oInput Quantity-0.1 - 1 ug high-quality total RNA. Lower-quality samples may require further optimization. oContent Specifications-Captures coding RNA plus multiple forms of non-coding RNA oMechanism of Action-Bead-based rRNA depletion, cDNA synthesis, and PCR oMultiplexing-Low-throughput kits: Pool up to 12 samples. Or pool up to 24 samples with sets A and B together., High-throughput kits: Prepare 96 uniquely indexed samples. oSystem Compatibility-Genome Analyzer IIx, HiSeq 1000, HiSeq 1500, HiSeq 2000, HiSeq 2500, HiSeq 3000, HiSeq 4000, NextSeq 500, NextSeq 550, NovaSeq 5000, NovaSeq 6000 oVariant Class-Gene Fusions, Novel Transcripts, Single Nucleotide Polymorphisms (SNPs), Transcript Variants oSpecialized Sample Types-FFPE oMethod-Whole-Transcriptome Sequencing oSpecies-Human, Mouse, Rat oTechnology-Sequencing oAutomation Capability-Liquid Handling Robots •PhiX CONTROL V3 KIT oSmall-PhiX is a small genome, which enables quick alignment and estimation of error rates. oDiverse-The PhiX genome contains approximately 45% GC and 55% AT. oWell-Defined-PhiX has a well-defined genome sequence. Illumina cluster generation algorithms are optimized around a balanced representation of A, T, G, and C nucleotides. Quantity: HiSeq® PE Cluster Kit v4 - cBot QTY: Two (2) HiSeq® SBS Kit v4 (250 Cycle), QTY: Two (2) TruSeq Stranded Total RNA Library Prep Kit QTY: Two (2) PhiX CONTROL V3 KIT, QTY: One (1) Capability statement /information sought. Please provide a capability statement, this includes: •Provide evidence the respondent has performed services. •Provide evidence of similar previous contracts of research of the same magnitude. •Information regarding (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 project of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your 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 and any other information that may be helpful. 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 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. The response is limited to one to two (1-2) page limit. The 1-2 page(s) do 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 Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. The response must be received on or before Tuesday, August 15, 2017 at 12:00PM, Eastern Standard 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 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/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SS-17-621/listing.html)
- Place of Performance
- Address: 35 Convent Drive, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN04621851-W 20170812/170810231435-1c4d2f96af362c728276373261e9f9a0 (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 |