SOURCES SOUGHT
66 -- ERCC RNA Control Mixes
- Notice Date
- 6/3/2011
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA1088126
- Archive Date
- 6/24/2011
- Point of Contact
- Regina R. Williams, Phone: (870) 543-7012
- E-Mail Address
-
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of potential small businesses (including HUBZone firms; certified 8(a), Small Disadvantaged, veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. The U.S. Food and Drug Administration (FDA) is seeking capability statements from companies that are capable of providing two (2) packages of ERCC RNA control mixes. Next-generation sequencing (NGS) is a revolutionary technology for genomic studies and is being adopted by the biomedical research community and FDA-regulated industries because it is anticipated to play an important role in disease characterization and personalized medicine. However, challenges and pitfalls in the generation, analysis, and interpretation of NGS data are inadequately addressed. In this collaborative SEQC (MAQC III) project on sequencing quality control, technical performance of major NGS platforms will be assessed with mRNA-Seq data to be generated from multiple sites by using the same pair of reference RNA samples previously established by MAQC-I. In order to evaluate the technical performance of the NGS platforms, some built-in truth is necessary for the RNA samples. The External RNA Controls Consortium had been formed to set standards for external controls that could been used to verify technical performance and quality of data from gene expression measurement techniques. One outcome of the ERCC effort is a National Institute of Science and Technology (NIST) candidate standard reference material (SRM) containing 96 control sequences. The SRM contains 96 DNA plasmids containing certified sequence. The plasmids inserts generate a set of transcripts, from 250nt to 2000nt in length and containing poly(A) tails, that mimic natural eukaryotic mRNAs. Requirement: Two packages of ERCC RNA control mixes (ERCC RNA Spike-In control Mix 1 and Mix 2), qty of 10 in each package. Each mix must contain 92 RNA transcripts and spans over 6 logs of dynamic range with balanced GC content and length. Each mix is further divided into 4 sub-pools that can be utilized to evaluate fold-change measurements of gene expression between the two mixes. These control mixes can be spiked-in to total or poly(A) RNA prior to processing for gene expression studies. To minimize the control mixes lot-to-lot variation, all control mixes (at least 6 micrograms for each mix) need to be produced from a same lot. Firms believing they can provide the above requirement are encouraged to respond electronically with no less than the following information: Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; Sufficient descriptive literature that unequivocally demonstrates that offered products meet or exceed above specifications. At a minimum provide the following: All descriptive material necessary for the government to determine whether the product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. The offeror must provide information that the quoted items are fully equivalent to the name brand items performance and functional specifications. Offeror must provide explicit documentation that equivalent reagents will perform on the existing government owned instruments. Indicate whether the organization is the manufacturer of the items or authorized reseller. The associated North American Industry Classification System (NAICS) Code is- 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before June 9, 2011 by 1:00 pm (Central Time in Jefferson, Arkansas) to the Food and Drug Administration, OAGS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079 or email regina.williams@fda.hhs.gov. Reference FDA1088126. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1088126/listing.html)
- Record
- SN02463853-W 20110605/110603234731-372115ffa8ada26ed6e46989f0960b8f (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 |