Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2009 FBO #2742
SOLICITATION NOTICE

66 -- Syngene G Box iChemiXR with accessories

Notice Date
5/28/2009
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-90103-AV
 
Archive Date
6/24/2009
 
Point of Contact
Ashley L. Virts,
 
E-Mail Address
virtsa@mail.nih.gov
(virtsa@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Cancer Institute (NCI), Division of Cancer Epidemiology and Genetics (DCEG), Laboratory of Translational Genetics, (LTG) plans to procure as a sole source the brand name Syngene G Box iChemiXR instrument and accessories with Syngene; 5108 Pegasus Court, Suite M; Frederick, MD 21704. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1 (b)(1). The North American Industry Classification System code is 334516 and the business size standard is 500 employees. This notice is not a request for competitive quotation. However, if any interested party believes it can meet the above requirement, it may submit a statement of capabilities. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. No faxed or emailed capability statements will be accepted. Contractor shall provide one (1) original and one (1) copy of the capability statement. Capability statements must be received in the contracting office by 11:00 AM EST, by June 9, 2009. All questions must be in writing and can be faxed or emailed to: Ashley Virts, Contract Specialist via electronic mail at virtsa@mail.nih.gov or fax to 301-402-4513. It is the vendors’ responsibility to ensure all questions have been received in the contracting office. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA). Reference: NCI-90103-AV on all correspondence. Part I: Background information and description of requirements: The overall goal of the Translational Genetics laboratory is to develop new approaches to the study of the genetic basis of cancer and its outcomes. Specifically, to investigate the genetic basis of strong association signals identified in candidate gene association studies, loci identified by linkage analyses in high-risk families, or genome-wide association studies (GWAS), particularly the loci identified by the ongoing Cancer Genetic Markers of Susceptibility (CGEMS) program. The CGEMS program involves GWAS of several major cancers such as pancreatic, bladder and lung. The studies that follow will address the functionality of the at-risk variant. One of the approaches involves a genome wide expression analysis of tumors and normal tissue to develop a comprehensive catalogue of gene expression in tumors and normal tissue. Expression levels will subsequently be compared to genomic variants (SNPs) to investigate if variants that increase the risk of cancer are accompanied with altered gene expression. This is one of the necessary steps to investigate the biological basis of the contribution of certain genetic variants to disease susceptibility. The goal of functional studies is to determine the mechanisms of gene function and how they are perturbed in disease. This research utilizes molecular biology immunological, genetic and biochemical technologies. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION: Part II Facts and Reasons to Justify Other than Full and Open Competition 1. Statute: This justification has been prepared under the authority of 41 U.S.C. 253 (c)(1) as set forth in 13.106-1 (b)(1). (b) Soliciting from a single source. (1)For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization). No other requirement and/or type for supply or service will satisfy agency need. 2. Justification: Synpotics/Syngene is the sole supplier of the G:Box iChemi XR and its accompanying accessories. There are several other automated imaging systems on the market, but none fully comply with what is needed to continue the research of the Genetics lab. The following salient characteristics apply to the Syngene G:Box iChemiXR: 1. The maximum imaging area is 33x31 cm. 2. Automatic door lock for measurements over 30 seconds – prevents accidental opening of the door during critical long exposures. 3. Integrated RGB epi-illumination. 4. Side panel access to cabinet electronics for easier service in the field. 5. PC keyboard control of aperture, zoom and focus adjustments. 6. Total Recall function – One click recall of camera settings, lighting selection, and counting time – eliminates user errors in configuring image capture settings. 7. Zoom lens maximizes use of available camera pixels, independent of sample size. 8. Camera includes at least 8 separate aperture settings – required to maximize image intensity control for optimal image capture. 9. User selectable binning modes to control sensitivity. 10. Up to 5 megapixel image output using effective pixel technology – allows multi-level zooming of image results with no pixilation of data. 11. Analysis software utilizes auto lane finding, band finding, and baseline correction modules to minimize user bias when analyzing data. 12. Software includes rolling disk baseline correction algorithm – an advanced algorithm for accurate separation of data from noise, independent of band width, and a data smoothing algorithm to eliminate false positives related to background noise. 13. 3 year warranty.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/NCI-90103-AV/listing.html)
 
Record
SN01829510-W 20090530/090528235401-e9eba01e564296c981227648a6f01b46 (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.