SOURCES SOUGHT
A -- GENOMIC SEQUENCING CENTERS FOR INFECTIOUS DISEASES
- Notice Date
- 1/15/2008
- Notice Type
- Sources Sought
- 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
- NIH-NIAID-DMID-AI2008-010
- Response Due
- 1/30/2008
- Point of Contact
- Harry Brubaker, Contract Specialist, Phone 301-402-6289, Fax 301-480-4675, - Yvette Brown, Contracting Officer, Phone 301-451-3686, Fax 301-480-4675
- E-Mail Address
-
brubakerh@mail.nih.gov, YBrown@niaid.nih.gov
- Description
- THIS NOTICE IS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT NOW OR IN THE FUTURE. NO SOLICITATION IS AVAILABLE AT THIS TIME. BASED ON CAPABILITY STATEMENTS RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT THIS ACQUISITION MAY BE SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE. ALL SMALL BUSINESS ORGANIZATIONS (SB, SDB, WOSB, HUBZone, VOSB, and SDVOSB) ARE ENCOURAGED TO RESPOND TO THIS NOTICE. SMALL BUSINESS ORGANIZATIONS MUST HAVE THEIR SIZE STATUS CERTIFIED BY THE SMALL BUSINESS ADMINISTRATION. ALL SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. THE NAICS CODE IS 541711 WITH A SIZE STANDARD OF 500. This acquisition provides for the continuation of the Microbial Genome Sequencing Centers program. The current contracts (N01-AI-30071 with the J. Craig Venter Institute and HHSN266200400001C with Massachusetts Institute of Technology) are due to expire on October 30, 2008. Through this acquisition, 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 acquisition, 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. Centers will provide rapid and cost-efficient sequencing of microbial and invertebrate vector genomic DNA in an industrial production sequencing environment. Genome sequences will be generated from well characterized microbial strains and clinical isolates. Centers will examine genetic variation and perform genotyping in populations and communities of human pathogens and also across the human genome with the goal of identifying genetic associations with observable phenotypes in the pathogen and in the human host. These include, for example, microbial genetic correlates of disease emergence, virulence, and transmissibility, and host genetic variation that are associated with susceptibility to infection, disease severity, progression and outcome, responses to vaccination, and therapeutics. Capability statements submitted as a result of this announcement should demonstrate the offerors' qualifications and experience, specifically providing evidence as to their capability to perform this requirement, with particular attention to the following: 1. Genomic Sequencing and Genotyping Facilities and Scientific and Technical Team Provide the staff, facilities, equipment, methodology, technologies, and scientific and technical expertise to establish a Genomics Sequencing Center for Infectious Diseases for the conduct of genomic sequencing projects to generate genomic data sets to be made rapidly and widely available to the scientific community. Have an automated production pipeline with a throughput of 20 million successful sequence reads per year. 2. Genomic Sequencing of Microbial Genomes and Invertebrate Vectors of Disease Produce and conduct state-of-the-art large scale genomic sequencing with respect to low cost, high throughput, and quality standard associated with high quality genomic DNA sequencing activities. Maintain a cost for DNA sequencing that is competitive with state-of-the-art large-scale international sequencing centers with overall total costs of production of $1 or less per Q20 kilobase for whole genome shotgun data, including overhead and equipment costs and finished genomic sequence costs for less than $20 per kilobase above the cost of whole genome shotgun data set. 3. Genotyping of Microbial Genomes and Across the Human Genome Conduct genotyping and analysis for genotyping across the microbial genomes and human genome of different scales and design that are competitive with state-of-the-art, large-scale international genotyping centers, including a competitive cost per genotype for scanning across the whole microbial or human genome using sets of 1000s of genetic markers as single nucleotide polymorphism or other markers. 4. Genomic Sequencing and Genotyping Services to the Scientific Community Provide a microbial genomic sequencing and genotyping resource that offers the Center's technologies, resources, and scientific and technical expertise to the broad scientific community, who, in turn, will propose genomic sequencing and genotyping proposals that have the potential to provide genomic data sets of broad use and value to the scientific community for purposes of studying infectious diseases. 5. Scientific Working Group Establish a Scientific Working Group (SWG) in conjunction with the Project Officer composed of approximately 10 scientists drawn from academia, government, and industry. These individuals shall be independent of the Center and possess expertise, experience and knowledge of a broad range of genomics, genotyping, and bioinformatic research areas, including high throughput DNA sequencing technologies, comparative genomics, genotyping, statistical genetics, biostatistics, epidemiology, and infectious diseases related to diverse organisms and pathogens. The SWG shall provide advice to the Contractor on the needs of the scientific community regarding microbial genomic sequencing, including accompanying reagents, technologies, and computational tools and databases; and on the management, operations and planning for future directions of the Center. 6. Identification, Acquisition, and Production/Expansion of Reagents Actively and independently identify and acquire reagents that are not readily available and produced at the Center. Prioritize acquisition based on the needs of the projects supported, the needs of the scientific community, availability, costs and priorities of NIAID. 7. Quality Assurance/Quality Control Develop and implement a Quality Assurance/Quality Control (QA/QC) Plan to standardize contract processes and ensure the conduct of all genomic sequencing and genotyping activities meets the requirements of the contract. The QA/QC Plan shall include standard operating procedures (SOPs), a process for maintaining version control of SOPs; and procedures for review and approval of, and training of Contractor staff on, updated and new SOPs prior to distribution and use. Provide for quality control of reagents and tools generated during the contract. Quality control includes evaluation of reagents, as directed by the Project Officer. 8. Information Technology and Data Management Systems Provide, implement, populate, maintain, and update a database management system for the Center to include a Laboratory Information Management System (LIMS) and a system for tracking receipt, processing, and storage (timing, temperature, any freezing thawing cycles etc.) of microbial and clinical samples and information related to their characterization, while maintaining confidentiality and anonymity of human samples. 9. Information Dissemination and Provision of Contract-Generated Resources Share Research Data, Reagents and Resources with the Scientific Community. The sharing of data shall adhere to current NIAID and NIH policies and guidances on genomic data, including: http://www.niaid.nih.gov/dmid/genomes/mscs/data_release.htm and NIH guidance and instructions for NIH-Supported or Conducted Genome-Wide Association Studies (GWAS): http://grants.nih.gov/grants/guide/notice-files/NOT-OD-08-013.html. 10. Receipt, Storage, Shipping and Inventory Handling and transportation of all reagents and Government-owned property under this contract maintain efficient and effective procedures to support contract activities for receiving, storing, shipping, archiving and retrieving microorganisms, invertebrate vectors of infectious diseases, human clinical samples, such as serum, blood, urine, and stool, obtained from patients with infectious diseases. 11. Project Management and Administration Provide the technical and administrative infrastructure needed to ensure the efficient planning, initiation, implementation and management of all activities carried out under this contract, including effectively communicating with the Project Officer and the Contracting Officer. 12. Safety of Research Facilities Provide safe facilities and resources and conduct work in accordance with the Biosafety in Biomedical and Microbiological Laboratories guidelines. The Government anticipates multiple awards. It is anticipated that the duration of the contracts will be a maximum of five (5) years; however, the length of time for which funding is requested should be consistent with the nature and complexity of the proposed research. Small business and 8(a) contractors are reminded that in order to qualify as a set-aside, 51% of the direct labor must be performed by the prime contractor. It is anticipated the total effort of approximately 29.9 FTEs will be needed to accomplish this project. Interested organizations should submit three (3) copies of their capability statement addressing each of the areas cited above. Interested organizations presenting a capability statement in response to this sources sought announcement must identify their size status. Written capability statements should be received by the NIAID Contracting Officer by January 30, 2008. Please reference the solicitation number on all related correspondence. No collect calls or facsimiles will be accepted. E-mail transmissions will be accepted. Any proprietary information should be so marked. See Government-wide numbered note 25. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JAN-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/NIH-NIAID-DMID-AI2008-010/listing.html)
- Place of Performance
- Address: 6700B Rockledge Dr, Room 3214 Bethesda, MD
- Zip Code: 20892
- Country: UNITED STATES
- Zip Code: 20892
- Record
- SN01540382-F 20080326/080324230146 (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 |