Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2013 FBO #4178
SOURCES SOUGHT

B -- DNA Sequencing Services

Notice Date
5/1/2013
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
 
ZIP Code
27713
 
Solicitation Number
HHS-NIH-NIEHS-SBSS-13-001
 
Archive Date
5/30/2013
 
Point of Contact
Kristina K. Filardo, Phone: 9195410753, Velvet m Torain, Phone: 919-541-0400
 
E-Mail Address
filardok@niehs.nih.gov, torain@niehs.nih.gov
(filardok@niehs.nih.gov, torain@niehs.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Background National Institute of Environmental Health Sciences (NIEHS) investigators utilize DNA Sequence analysis to explore how human health and human disease are caused by the interaction of environment and individual susceptibility over time. A DNA Sequencing Services Contract will provide for DNA analysis using high quality DNA sequencing of individual samples and accompanying bioinformatics support. The majority of the biological samples will be plasmid DNA and Polymerase Chain Reaction (PCR) generated products. DNA samples will come from a variety of species that include, but are not limited to human, rodent and recombinant DNA isolated from various tissue sources and cell lines. No personal identifiers will be included with the human samples provided. Sample storage and preservation are recognized as critical for subsequent nucleic acid analysis. Samples shall be held for a minimum of three months or until requested for return to the NIEHS COR or NIEHS Investigator. Those samples not requested for return may be disposed of, by the contractor, only after obtaining written approval from the COR and NIEHS Investigator. All available specimen information will be provided to assist the contractor in their ability to perform and generate sequencing data; data analysis shall be performed by NIEHS. The Contractor shall not attempt to identify the donor or patient from which the samples were obtained. When the work is completed or this contract is terminated, whichever comes first, any unused human material will either be destroyed in compliance with all applicable statutes and regulations or will be returned to the NIEHS as requested by the NIEHS. The Government contemplates awarding a single or multiple IDIQ contract to perform one or more DNA-based methods to determine the DNA sequence of each sample and provide that information in a form acceptable to NIEHS investigators. Work To Be Performed: The contractor shall supply all necessary labor, materials, equipment, facilities and supplies under the terms of this contract, to perform the following tasks: The contractor shall: 1 Perform high-throughput DNA resequencing with robotic automation and sample barcode tracking, sufficient to support a volume of 100,000 sequencing runs per year with an average of 8,000 runs per month. 2 Provide sequence data from user-provided 96 well plates or PCR strip tubes containing PCR amplifiable material, which may be genomic DNA or plasmid DNA. The requirement for PCR amplification prior to cycle sequencing will be specified, at time of submission, by the sample submitter for each sample within given plate or tube. Note: Samples requiring PCR for the production of the DNA template for sequencing will be provided additional time for this process. Contractors will not be required to isolate genomic DNA from cells or tissues. 3 Immediatly repeat any samples which fail to produce data due to capillary failure or other contractor technical problems. Note: Successful sequencing runs cover the desired region in length for PCR products, at least 500 bases for plasmid DNA while achieving a quality score for each base of > 20. 4 Provide staff trained in bioinformatics to perform successful primer production for new sequencing projects. 5 Provide a reliable method of sample transport both to and from NIEHS campus and contractor's laboratory/facility. This may be achieved by: in-house courier, local contracted courier or through FedEx or UPS. 6 Pprovide all necessary sample collection material for the shipment of samples including but not limited to: sample collection plate or vial, refrigerated sample storage method of samples prior to sequencing analysis, appropriate pre-paid shipping containers, and a sample record tracking system/method. 7 Submit sample data in an electronic format specified by the PI. When submitting samples, the contractor shall provide plate key or tube label information containing sample name with sample identifiers at the time of submission. Multiple sequencing runs may be requested per template as specified by user. 8 Data shall be returned to investigator via the Internet or by email as attachments within two (2) working days of receipt for plasmid DNA samples and within five (5) working days of receipt at of genomic DNA. This will require generation of the DNA template by PCR, then DNA sequencing of that product. Data shall be generated using appropriate software compatible in both PC and Apple formats for data analysis as specified by the sample submitter. Except as explicitly authorized by NIEHS, contractor shall maintain the confidentiality of all sequencing data generated by this contract. The Contractor shall not publish or use the data and results for any purpose other than those expressly authorized by the Project Officer. 9 Contractor shall promptly identify to COR any concerns or barriers to performance within 24 hours of identification of problem. Contractor is responsible for production and implementation of solutions within 24 hours of COR contact. 10 Contractor representatives shall provide any requested information and respond to comments and suggestions of the COR within 24 hours of contact. 11 Contractor shall provide Monthly Status Reports. Contractor(s) shall provide Monthly Status Report listing: number of samples received including date received, number of samples sample's successfully sequenced including date data was sent to NIEHS, number of samples unsuccessfully sequenced, including date notification of failure was sent to NIEHS, status of Quality Control data including the month's success and error rate and number of samples which required DNA isolation Contractor shall also provide quarterly written reports summarizing sequencing activities. 12 The contractor shall provide secure backup of all data essential to the contract, including but not limited to all DNA sequencing data generated, sample tracking and storage information, and Quality Control information. 13 The contractor shall return or destroy, as instructed by COR, all DNA from investigators no sooner than 180 days of completing sequencing or as agreed upon and approved by the COR. Remaining unused primers will be returned to the COR for long term storage. Note: This includes primers produced and synthesized by the contractor for use in the performance of this contract. ANTICIPATED PERIOD OF PERFORMANCE The anticipated start date of the award is September 1, 2013. The planned total period of performance is five (5) years with a possible six (6) month option. CAPABILITY STATEMENT Interested small businesses should submit information regarding their: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; (e) examples of prior completed Government contracts or grants, references, and other related information; and (d) respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code. Capability statements shall be submitted in Adobe PDF or MS Word format and not exceed 10 double-sided pages (including all attachments, resumes, charts, etc.) presented in single-space using 12-point font size. Capability Statements must be submitted electronically by May 15 2013, 3:00 PM, EST to the email address of the Primary Point of Contact. All responses received by the specified date and time will be acknowledged by the Primary Point of Contact. DISCLAIMER AND IMPORTANT NOTICES 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 review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a future solicitation. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information should be included in a respondent's response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Small businesses that believe they possess the necessary capabilities to meet these requirements are encouraged to contact Kristina Filardo at filardok@niehs.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/HHS-NIH-NIEHS-SBSS-13-001/listing.html)
 
Record
SN03049958-W 20130503/130501234637-03e1f49748d93e12d3991b8c32c950d5 (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.