Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2011 FBO #3347
SOLICITATION NOTICE

65 -- Argus Optical Mapping System

Notice Date
1/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HG)-2011-082-DLM
 
Archive Date
2/10/2011
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. The solicitation number is NHLBI-CSB-(HG)-2011-082-DLM and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-47 (January 12, 2011). The North American Industry Classification (NAICS) Code is 339113 and the size standard in number of employees is 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH) National Heart, Lung and Blood Institute (NHLBI) on behalf of the National Human Genome Research Institute, NIH Intramural Sequencing Center (NISC) to negotiate and award an order to OpGen Inc., 708 Quince Orchard Road, Suite 160, Gaithersburg, Maryland 20878-1789 to procure OpGen’s Argus Optical Mapping System. The sole source determination is based on the fact the National Institute of Health (NIH) is the nation’s leading medical research agency and the primary Federal agency conducting and supporting making medical discoveries that improve people’s health and save lives. The NIH Intramural Sequencing Center is a centralized research facility for performing high-throughput, large-scale DNA sequencing and sequence analysis. The Argus Optical Mapping System is a necessary instrument used to preview the microbial genomes of interest to determine the best targets for sequencing as well as generate the optical maps to order contigs, close gaps, correct misassemblies and detect repetitive sequences. OpGen’s Argus Optical Mapping System is a powerful, unique platform for automated, microbial whole genome analysis. This de novo Optical Mapping Technology generates high-resolution, ordered whole microbial genome maps from single microbial DNA molecules with no requirements for previous sequence information. This instrument is capable of many applications that include comparative genomics, whole genome assembly strain typing and characterization and clustering which is beneficial to NHGRI’s Human Skin Microbiome Project. Optical Mapping is a proprietary technology and is unique in that it employs a process of stretching and immobilizing high molecular weight DNA across a linear surface which the DNA molecules are cut by restriction enzymes. The DNA molecules are then cut by restriction enzymes. The discrete DNA fragments are stained and relative fluorescence estimates the DNA fragment size and location. Proprietary software then assembles the fragments to form a consensus Optical Map of the entire genome. No other technology generates high-resolution, ordered, whole genome restriction maps. The technology is protected by at least 15 patents and patent applications. Contractor Requirements: • The Contractor will deliver equipment within 30 days of receipt of order. • The Optical Mapping System will generate whole microbial genome. • The Optical Mapping System does not need previous sequence information to orient and align contigs and identify misassemblies. • The Optical Mapping System provides a comprehensive view of the entire genomic architecture. • The Optical Mapping System does not need amplification, PCR, cloning, paired-end libraries, pure isolates or genomic specific reagents to investigate microbial structure and function. • The Optical Mapping System will incur no risk of cross-contamination between samples. Inspection and Acceptance Requirements: • Upon arrival of equipment to destination, the package must be undamaged. • For installation of equipment, all parts including computer must be functional and running in proper order. FAR Provisions which apply to this acquisition are:1) FAR Clause 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) 2) As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Commercial Items; 3) FAR Clause 52.212-4, (SEPT 2009) Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 4) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. Only one responsible source and no other supplies or services will satisfy agency requirement. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, hourly rate, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their information to the below address and will be due five (5) calendar days from the publication date of this synopsis or by January 26, 7:30 a.m., Eastern Standard Time. The quotation must reference Solicitation number NHLBI-CSB-(HG)-2011-082-DLM. Information must be submitted in writing to the National Heart, Lung, and Blood Institute, 6701 Rockledge Drive, Room 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell. Responses may be submitted electronically to maxwelld@mail.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HG)-2011-082-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892-7511, United States
Zip Code: 20892-7511
 
Record
SN02364277-W 20110123/110121233938-b3d4b6fbbff4d8c31452f88715f58fbf (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.