SOLICITATION NOTICE
A -- Optical Mapping
- Notice Date
- 7/16/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1054512
- Point of Contact
- Vida - Niles, Phone: 301-827-2476
- E-Mail Address
-
vida.niles@fda.hhs.gov
(vida.niles@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation # 1054512 The Food and Drug Administration (FDA) is seeking 100% Small Business for vendors that can provide quotes/proposals. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant of firm fixed purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-24. This announcement constitutes the only solicitation and a written solicitation will not be issued. The synopsis, NAICS code 541711, is to notify contractors that the government intends to issue a firm fixed price Purchase Order in accordance with FAR Part 13, for the following statement of work, under the simplified acquisition procedures. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror’s responsibility to monitor FedBizOpps website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing Best Value and discussions are not necessary. Project Title:Optical Mapping of genomes from strains of the following bacteria: E. coli; Salmonella enterica,and Chronobacter. Background: Optical mapping of the bacterial chromosome is a patented technology which has been commercially developed by and licenced to OpGen. Optical mapping can determine the architecture of the bacterial chromosome and therefore it can be used successfully used to carry out comparative genomics and for epidemiology and microbial forensic studies. No other company or vendor is licensed to perform optical mapping. Requirement: QTY 22: The FDA requires that the optical map shall be produced by spreading isolated total DNA on a glass slide, cutting the DNA with specified restriction enzymes, and measuring the size of the poeves along the chromosome. The resulting pieces of DNA are then arranged in an Optical Map that can be analyzed using computer software. 1.General Technical Requirements: a.Generate high resolution, ordered, whole genome restriction maps b.Find the unexpected in the resulting Optical Map without previous testing methods c.Deliver high precision results without cloning or preparation of pair-ended libraries, DNA amplification, pure cultures or organism specific reagent 2.Specific Requirements for Optical Map Generation and Analysis: a.Isolate high molecular weight DNA from bacterial pathogens that result in low breakage of the isolated DNA b.Place the DNA in the channels of a microfluidics Oprical Chip device electrostatically immobilize the DNA in parallel arrays of long, single DNA molecules. c.Interrogate the immobilized DNA with restriction enzymes while maintaining the restriction fragment order for each molecule. d.Stain the digested DNA with a fluorescent dye and then acquire data using an automated fluorescent microscopy system. e.Using image analysis software, measure the size and order of the restriction fragments for each DNA molecule converting the optical data into a defined single molecule restriction map. f.Analysis software will collect single molecule maps and assemble overlapping fragment patterns to produce a whole genome ordered restriction map, the Optical Map. g.The resulting single molecule maps are further assembled to produce a high resolution consensus map covering the entire genome. h.The contractor must have a software analysis tool available to the consumer that analyzes Optical Maps and compares maps for genetic variations and to facilitate genome closure. This analysis software must be compatible with software currently being utilized for Optical Map analysis and must be capable of interfacing with the Optical Map database generated by the FDA. 3.General Analysis Requirements: a.Compare Optical Maps between related organisms and view similarities and differences b.Reveal genetic differences such as insertions and deletions and other genetic modifications c.Track mobile elements such as phage and transposons d.Distinguish strains and determine genetic relatedness between multiple isolates using map based clustering e.Perform high resolution epidemiology f.Characterize and monitor strain stability g.Trace and link outbreak and contamination strains to source h.Distinguish strains and determine genetic relatedness between multiple isolates and analyze microbial mixtures for quality control and process manufacturing i.Survey genetic architecture prior to initiating costly sequencing projects 4.Service: a.The contractor must have an established record of developing Optical Maps for foodborne pathogens and must have a record of providing the Optical Map in not more than 30 days after receipt of order. Deliverables: 1.The contractor shall provide sample preparation and evaluation prior to initiation of optical mapping. 2.The contractor shall provide a data disc containing a whole genome physical map using optical mapping techniques for each sample provided. That for each optical map will be provided 30 days following submission of the sample for optical mapping. 3.The contractor shall provide comparative analysis using similarity clustering if applicable to the samples provided for optical mapping. 4.The contractor shall provide comparisons to publically available sequences or sequences specific to the project if applicable to the samples provided for optical mapping. 5.The contractor shall provide optical map analysis software for customer analysis of resulting optical maps. Option Years: Base year plus 4 option years for on-going service Option Year 1, Optical Mapping Option Year 2, Optical Mapping Option Year 3, Optical Mapping Option Year 4, Optical Mapping CCR: Vendor must be registered in the Central Contractor Register (CCR) prior to the award of the contract. You may register by going to www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Vida.Niles@fda.hhs.gov, no later July 21, 2009, 4:30 pm EST. QUOTATIONS DUE: All quotations are due to: Vida.Niles@fda.hhs.gov, no later than 4:30 pm, EST on July 31, 2009. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.232-33, FAR 52.246-9 and FAR 52.246-18. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice shall be sent via email to Vida.Niles@fda.hhs.gov, Telephone calls will not be accepted. Requisition 1054512 Evaluation Factors The evaluation factors for this solicitation will be the ability to meet the technical requirements and provide data in a specified time frame. Factors are listed in descending order of importance. Technical Factor 1 Optical Map Generation & Analysis The offeror shall demonstrate that it has an established record of developing Optical Maps for foodborne pathogens and must have a record of providing the Optical Map in not more than 30 days after receipt of order. Factor 2 Relevant Experience The offeror shall demonstrateeir past performance in fulfilling Optical Mapping contracts. Identify other organizations with which you have acted as a contractor while participating in similar efforts. Include the degree of your involvement, the size and complexity of the organization and other information describing your experience. Factor 3 Past Performance The offeror shall submit a list of three (3) reference contracts. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments and commercial customers. The reference list of the three (3) references shall include the following information for each contract and subcontract: 1.Name of contracting activity 2.Contract number 3.Contract type 4.Total contract value 5.Contract work 6.Contracting Officer and telephone 7.Program Manager and telephone 8.Administrative Contracting Officer, if different from #6, and telephone Factor 4 Price The offeror shall provide a price in accordance with the requirements of the technical specifications. The proposed price shall include a base year plus four option years. Evaluation for Award Award will be made to the offeror whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical 2) Past Performance and 3) Price. Technical and Past Performance combined is significantly more important than price. The FDA intends to make an award immediately after the response date of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1054512/listing.html)
- Place of Performance
- Address: 8301 Muirkirk RD, Laurel, Maryland, 20708, United States
- Zip Code: 20708
- Zip Code: 20708
- Record
- SN01877080-W 20090718/090716235502-cc14289a5571fd8aef4e7b8cb1f6041c (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 |