Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2024 SAM #8249
SOURCES SOUGHT

66 -- PromethION Flow Cell Packs and Litigation Sequencing Kits (or equal)

Notice Date
6/26/2024 8:45:29 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00370
 
Response Due
7/10/2024 6:00:00 AM
 
Archive Date
07/25/2024
 
Point of Contact
Emily Palombo
 
E-Mail Address
emily.palombo@nih.gov
(emily.palombo@nih.gov)
 
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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). 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. 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:� �Nanopore PromethION flow cells, developed by Oxford Nanopore Technologies, represent a groundbreaking advancement in the field of genomics. Nanopore sequencing technology enables the direct, real-time analysis of long DNA and RNA molecules as they pass through nanopores. This method offers significant advantages over traditional short-read sequencing technologies, including the ability to generate ultra-long reads, high throughput, and real-time data acquisition. PromethION, one of the most powerful platforms within the nanopore sequencing family, is designed for large-scale, high-throughput applications, making it ideal for comprehensive genomic studies. The PromethION system is particularly well-suited for single-cell sequencing, a technique that allows researchers to investigate the genetic material of individual cells. Single-cell sequencing has become a crucial tool in various fields, including cancer research, immunology, neurobiology, and developmental biology, as it provides insights into cellular heterogeneity and the underlying mechanisms of complex biological processes. Traditional sequencing methods often miss critical genetic variations due to the averaging effect of bulk sequencing, but single-cell sequencing can capture these variations, offering a more detailed and accurate picture of cellular function and diversity. The primary objective of using Nanopore PromethION flow cells is to leverage their high-throughput, long-read sequencing capabilities for single-cell genomic analysis. Purpose and Objectives: The purpose of this acquisition is to purchase the PromethIONion Flow cells (or equal). Specific objectives include: Enhanced Resolution of Genetic Information: To achieve a deeper understanding of genetic diversity and complexity within individual cells by capturing full-length transcripts, structural variations, and repetitive regions that are often missed by short-read sequencing technologies. Real-Time Data Analysis: To enable immediate analysis of sequencing data, facilitating quicker decision-making and hypothesis testing in research projects. High-Throughput Sequencing: To efficiently process large numbers of single-cell samples simultaneously, ensuring comprehensive coverage and statistically robust data. Cost-Effective Sequencing: To reduce the cost per base of sequencing by maximizing the data output per run, making large-scale single-cell studies more economical. Versatility Across Applications: To utilize the PromethION platform's versatility for various genomic applications, including metagenomics, epigenetics, and transcriptomics, thereby expanding the scope of research possibilities. Simplified Workflow: To streamline the sequencing workflow with minimal sample preparation requirements, preserving sample integrity and reducing potential errors. Community and Support Utilization: To take advantage of Oxford Nanopore Technologies' robust support network and active user community for resources, protocols, and collaborative opportunities, enhancing the efficiency and success of research projects. By achieving these objectives, researchers aim to push the boundaries of genomic science, uncovering novel insights into cellular functions, genetic mechanisms, and disease pathways, ultimately advancing the field of personalized medicine and therapeutic development. Project requirements: Fifteen (15) PromethION Flow Cell Packs and twelve (12) Ligation Sequencing Kits Salient characteristics: PromethION Flow Cells Packs (R10.4.1) (or equal), Cat# FLO-PRO114M; Ligation Sequencing Kit V14, Cat# SQK-LSK114 (or equal) ����������� Profile gene expression ����������� Achieve deep characterization of cell types and states with linked transcriptomic and epigenomic analyses ����������� Easy-to-use software for data analysis and visualization Anticipated period of performance: The delivery date is within 30 days after receipt of purchase order. Manufacturer warranty is required for one calendar year beginning date of receipt. Capability statement /information sought. Small business concerns that believe they possess the capabilities to provide the required products� should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Small businesses must also provide their Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. Interested small businesses are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The respondent must also provide their Unique Entity ID from SAM.gov, 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 in developing or finalizing the acquisition requirements. 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 in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. 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 Emily Palombo, Contract Specialist, at e-mail address Emily.palombo@nih.gov. The response must be received on or before July 10, 2024, 9:00 am, Eastern 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 presolicitation 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
SAM.gov Permalink
(https://sam.gov/opp/f4d3856656bc411b84e61fa1cc029069/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN07109554-F 20240628/240626230124 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.