SOURCES SOUGHT
B -- Sequencing of Rhesus Monkey Brain Genes
- Notice Date
- 8/7/2009
- Notice Type
- Sources Sought
- NAICS
- 541711
— Research and Development in Biotechnology
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- 1062299
- Archive Date
- 8/27/2009
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION PURPOSES ONLY, NOT A REQUEST FOR QUOTE OR SOLICITATION. The Food and Drug Administration, Jefferson Laboratories, in Jefferson, Arkansas, is seeking business sources, including service-disabled veteran-owned small businesses, HUBZone small businesses, and 8(a) certified companies. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The government is seeking capability statements from companies to capture exons expressed in the brain from genomic DNA of Rhesus monkeys. The captured fragments of DNA will then be sequenced on the NextGen Sequencer. The goal of this project is to identify novel DNA sequence variants in rhesus monkeys, focusing on genes that are expressed in the brain. This will be accomplished by sequencing the exons and 5' flanking sequences of several hundred (-380) genes from rhesus macaques. DNA samples from ten rhesus monkeys will be sequenced for each gene segment (exon or 5' flanking region), and those sequences will be compared across individual macaques to identify sngle nucleotide polymorphisms and other molecular variations among these ten animals. The contractor will also provide the government 5-10 additional rhesus macaques in order to expand the available information concerning between animal variations. Study Design DNA samples for ten rhesus mcaques (Macaca mulatta) will be provided the FDA. The contractor will design a Nimblegen microarray that will capture exonss and 5' flanking sequences for the selected rhesus macaque brain genes. The ten FDA macaque samples will be used to make DNA capture libraries, then five of the samples will be pooled for sequencing. This pool of five samples will undergo capture with the Nimblegen array. The resulting aliquot of eluted DNA (substantially enriched for the target genes) will be prepared for Roche 454 Titanium DNA sequencing. The first pool of five samples will undergo two runs of Roche 454 Titanium sequencing, resulting in average sequence coverage of approximately 6X of each animal for each gene. The second set of five FDA DNA samples will undergo the same library construction and Nimblegen DNA capture using an equivalent microarray with the same -380 genes. The second five samples will pooled and sequenced in one run of Roche 454 Titanium sequencing, to produce about 3X coverage for each animal. BCM will analyze the resulting sequences and determine SNP and other DNA polymorphisms that distinguish these ten FDA animals. BCM will also provide the equivalent sequence information for 5 additional animals, which will allow further identification and validation of segregating polymorphisms within rhesus macaques for these genes. The contractor will make available to NCTR the full DNA sequence information obtained for the -380 genes (exons and 5'flanking sequences) from the ten DNA samples provided by the FDA and the five additional samples provided by the contractor. The contractor will also provide to FDA a list of DNA sequence variants derived from the combined set of ten FDA animals and 5 contractor provided animals. The associated North American Industry Classification System (NAICS) Code is-541711- Research and Development in Biotechnology; Small Business Size Standard is 500 employees. Potential contractors must indicate business size, proof of any set-aside certification and company's DUNS number and provide a contact name, the mailing address, phone number and email address of point of contact. Capability statements must provide enough information to determine if the company can meet the requirement. Potential contractors are to provide a statement of coverage of the plan being offered. At a minimum provide the following: Reference similar work that has been performed by the contractor in the last three (3) years, a description of the work performed and contact information for references knowledgeable about the quality of the work completed. Capability statement must provide estimated cost per sample for this work. Interested Contractors must respond with capability statements which are due in person, by postal mail, fax or email to the point of contact listed below on or before August 12, 2009 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OSS/OFFAS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. Reference solicitation number FDA1062299. For information regarding this request for information, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1062299/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN01903660-W 20090809/090808000545-8cacb8cc8d883ce9166763a0bc260a8d (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 |