Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOURCES SOUGHT

65 -- OMNI cohort genotyping

Notice Date
8/6/2013
 
Notice Type
Sources Sought
 
NAICS
325199 — All Other Basic Organic Chemical 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
HHS-NIH-NHLBI-CSB-(SBSS)-2013-221-DDC
 
Archive Date
9/4/2013
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@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 disadvantage businesses and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your 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 (325199, size standard 1000) should not submit a response to this notice. 2. Notice Information a. Background: Genotyping of 900 DNA samples with a whole-genome SNP mapping genotyping product is required. This product must include modern content (based on information from major population genetics databases in the last 1 year) since this content has been rapidly changing. The content must also include design aimed at genetic mapping in diverse population samples. The content should include rare variation recently discovered, as well as functional ("loss of function") genetic variation. This is to improve the discovery of high impact large effect genetic variants. Also, it may provide compatibility with other project effort in different DNA samples which have focused on rare variation content (exome sequencing and exome chip projects). b. Purpose and Objectives: The objectives are for the contractor to complete DNA genotyping with a product that meets specifications, and to complete quality control checks and re-genotype any failed samples. This will result in a large computer dataset which reflects a data matrix approximately 900 X 580,000 (522 million entries) of individuals and their genotypes for specific genetic markers, and will be returned by the vendor to the government. c. Contractor Requirements: The vendor will provide the Government the following: - send out bar-coded sample plates to receive DNA aliquots - receive DNA aliquots in plates - follow good lab practices to avoid sample mix-ups from the point of receipt - conduct genotyping in their labs on all 900 samples following their approved protocol - conduct sample and variant QC analyses including negative control samples, positive control samples, sample and variant call rates, analysis of duplicate samples, Mendelian error checks, gender-mismatch checks, measurements of genotype quality including hardy-Weinberg Equilibrium calculations - in cases of sample QC failures or poor quality results, repeat data acquisition if necessary with new DNA aliquots up to 3 times - store raw and processed data on vendor purchased hard drives - ship vendor hard drives to the Government and verify delivery - provide answers to technical support questions following delivery of results - provide access to any available bioinformatics and annotation resources typically provided to customers using the product. All genotyping and QC will be completed and delivered by October 31, 2013 Must provide a letter from the manufacturer stating you are an authorize reseller d. Government Responsibilities The Governement will provide DNA samples from an existing biobank laboratory. e. Reporting Requirements and Deliverables: The vendor will confirm receipt of DNA samples. The vendor will provide periodic updates (bi-weekly) on the sample progress and genotyping. The vendor will provide an initial overview of genotyping and QC results when completed. If samples fail QC vendor will discuss with the Government subsequent course of actions including potential re-genotyping of samples. Once final genotyping and QC is deemed complete vendor will confirm shipping and receipt of hard drives containing the data product f. Capability statement/Information sought: Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set-Aside. All eligible small business concerns responding to this Sources Sought Announcement must have the capabilities to provide services stated above. Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above and include an outline of previous or similar projects so that the Government can perform a proper evaluation of the company's capability. Information regarding respondents': (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; and (e) examples of prior completed Government contracts, references, and other related information; The written response to this notice should consist of the following items: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp i. Not to exceed 20 singled-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12 point font sized minimum, that clearly details the ability to perform the aspects of the notice described above. All proprietary information should be marked as such. Statements should also include an indication of current certified business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. j. Common cutoff date: 8/20/2013 12:00 p.m. eastern time l. Delivery point: Submitted (via email) to Deborah Coulter, Contract Specialist at coulterd@nhlbi.nih.gov in MS Word or Adobe Portable Document Format (PDF). All responses must be received by the specified due date and time in order to be considered. 3. 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 Federal Business Opportunities. 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/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(SBSS)-2013-221-DDC/listing.html)
 
Place of Performance
Address: Company location, United States
 
Record
SN03139319-W 20130808/130807000254-8db00cc51aa6526c904e21517378f886 (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.