Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2008 FBO #2312
SOLICITATION NOTICE

A -- GENOMIC SEQUENCING CENTERS FOR INFECTIOUS DISEASES

Notice Date
2/21/2008
 
Notice Type
Solicitation Notice
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy and Infectious Diseases, Office of Acquisitions 6700 B Rockledge Room 3214 MSC7612, Bethesda, MD, 20892-7612, UNITED STATES
 
ZIP Code
20892-7612
 
Solicitation Number
RFP-NIH-NIAID-DMID-AI2008-010
 
Response Due
3/6/2008
 
Point of Contact
Harry Brubaker, Contract Specialist, Phone 301-443-2966, Fax 301-480-4675, - Yvette Brown, Contracting Officer, Phone 301-451-3686, Fax 301-480-4675
 
E-Mail Address
brubakerh@niaid.nih.gov, YBrown@niaid.nih.gov
 
Description
Introduction The National Institute of Allergy and Infectious Diseases(NIAID), National Institutes of Health (NIH), of the Department of Health and Human Services (DHHS) supports research related to the basic understanding of microbiology and immunology leading to the development of vaccines, therapeutics, and medical diagnostics for the prevention, treatment, and diagnosis of infectious and immune-mediated diseases. The NIAID, Division of Microbiology and Infectious Diseases, has a requirement to support genomic sequencing activities, which include high throughput sequencing, comparative genomic sequencing and genotyping. Description This contract provides for the continuation of the Microbial Genome Sequencing Centers program. The current contracts are due to expire on February 28, 2009. Through this contract, up to two large-scale Genomic Sequencing Centers for Infectious Diseases (hereinafter also referred to as ''Centers'') will be established that support a diverse set of genome sequencing activities. For purposes of this contract, genomic sequencing activities include high throughput sequencing, comparative genomic sequencing and genotyping. High throughput sequencing capacity is defined as the capability to produce high quality sequencing data in a highly efficient manner with continuous increase in efficiency and decrease in costs; generate a diverse variety of genome sequence products; develop and implement new technologies; and maintain an automated production pipeline with a throughput of 20 million successful sequence reads per year. Comparative genomics and genotyping are defined as using high throughput platforms to examine the whole genome for genetic variation. Genomes that will be sequenced through these Centers include microorganisms considered agents of bioterrorism (NIAID Category A-C priority pathogens http://www3.niaid.nih.gov/topics/BiodefenseRelated/Biodefense/default.htm), clinical isolates, closely related species and strains, invertebrate vectors of diseases, and microorganisms responsible for emerging and re-emerging infectious diseases (http://www3.niaid.nih.gov/research/topics/emerging/list.htm). Emphasis will be placed on sequencing multiple strains and isolates of specific microbial species and communities than on sequencing individual microorganisms. Proposals will be evaluated based on the following technical evaluation criteria: 1) adequacy, appropriateness, and feasibility of the scientific and technical approaches to providing proposed sequencing and genotyping activities; 2) adequacy, appropriateness, and feasibility of plans to provide genomic sequencing and genotyping services and resources to the scientific community; 3) appropriateness and relevance of the documented training, education, experience, expertise and availability of proposed scientific and technical personnel in relation to their specific duties and responsibilities; 4) adequacy, appropriateness and availability of facilities and other resources including equipment, computation facilities, and software tools; 5) adequacy and appropriateness of plans for compliance with all safety guidelines and regulations; and 6) adequacy, appropriateness, and feasibility of proposed organizational and staffing plans, communications, project management and database management. It is anticipated that multiple cost reimbursement, completion type contracts will be awarded for a 5-year period of performance beginning on or about February 6, 2009. It is estimated that the provision of FTEs will be approximately 29.9. Any responsible offeror may submit a proposal which will be considered by the Agency. This RFP will be available electronically on/about March 5, 2008, and may be accessed through FedBizOpps (http://www.fedbizopps.gov/). This notice does not commit the Government to award a contract. No collect calls will be accepted. No facsimile transmissions will be accepted. See Government-Wide Numbered Note 26. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 24-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/NIAID/RFP-NIH-NIAID-DMID-AI2008-010/listing.html)
 
Place of Performance
Address: 6700B Rockledge Dr. Room 3214 Bethesda, MD 20892-7612 (FedEx Zip 20817-7612)
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01540367-F 20080326/080324230047 (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.