SOURCES SOUGHT
66 -- DNA Sequencing System - SYSTEM PERFORMANCE PARAMETERS
- Notice Date
- 1/27/2014
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- HHS-NIH-OD-OLAO-SBSS-14-001
- Point of Contact
- Timothy Johnson, Phone: 301402-5450, Foteni - Tiffany, Phone: 301-402-3079
- E-Mail Address
-
johnsontim@mail.nih.gov, tiffanyf@od.nih.gov
(johnsontim@mail.nih.gov, tiffanyf@od.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT 2. - DNA Sequencing System Required Processing Times DNA SEQUENCING SYSTEM PERFORMANCE PARAMETERS "This is a Small Business Sources Sought Notice for a DNA Sequencing System, Illumina HiSeq 2500, or equal. This is NOT a solicitation for proposals, proposal abstracts, or quotations. This notice is being posted by the National Institutes of Health, NEI (Bethesda, MD) to identify capable small business sources for a commercially available equipment requirement for DNA Sequencing System, Illumina HiSeq 2500, or equal. 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 code (NAICS 334516) 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 (334516 - Size Standard of 500 employees) should not submit a response to this notice." The DNA Sequencing System shall include but is not limited to the following: 1) The DNA Sequencing System must provide Rapid Run Mode(s). System provides quick results, allows efficient processing of a limited number of samples, and offers support of longer paired-end 150 base pair reads, which enable greater depth of coverage and improved assembly for de novo applications. (See the attached specification and data documents) 2) The DNA Sequencing System must provide a High Output Mode(s) for larger studies or when the greatest depth of coverage is required. High output mode allows you to batch process > 6× more samples than rapid mode and to complete large projects quickly and efficiently. The generation of up to 1 terabase (Tb) of data in high output mode, supporting the greatest number of samples per run. (See the attached specification and data documents) 3) The ability to process one or two flow cells, simultaneously. The DNA Sequencing System must provide a flexible and scalable platform that supports a broad range of applications and study sizes. No other system lets you perform so many applications so quickly and easily. (See the attached specification and data documents) The Government requires delivery to be made within 90 days from the date the contractor receives an order. ANY INTERESTED and CAPABLE small business should submit a capability statement of the company along with applicable product lists which demonstrate the firm's ability to supply the product described above. Responses must reference Sources Sought Number HHS-NIH-OD-OLAO-SBSS-14-001 and include the following: (1) Name and address of the organization, (2) Size and type of business: Small Business; HUBZone Small Business; Service-Disabled Veteran-Owned Small Business; 8(a) Small Business; Veteran-Owned Small Business; Woman-Owned Small Business; or Small Disadvantaged Business, (3) Point of contact with name, title, phone, fax and email, (4) DUNS number, (5) Contractor's capability statement addressing the required item, (6) List of organizations to whom the same or similar type of equipment has been previously provided to include contract number, dollar value, name and phone number of Contracting Officer, (7) Applicable Product list. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS February 10, 2014 AT 5 PM, Eastern Time. Emailed capability statements are authorized (either in Microsoft Word or PDF), but it is the responsibility of the vendor to make certain that the email was received. All questions and/or comments must be in writing and may be emailed to Timothy Johnson at johnsontim@od.nih.gov. Comments and questions will NOT be answered, but will assist in creating a solicitation for this requirement. Three (3) copies of the capability statement are required if submission is via mail. Submissions via mail shall be sent to: Timothy Johnson (Ref. HHS-NIH-OD-OLAO-SBSS-14-001), National Institutes of Health, Office of Acquisitions, 6011 Executive Blvd., Room 539W, (MSC 7663) Rockville, MD 20852. (NOTE: If you are using a courier service, Federal Express, UPS, or Express Mail, please note that the Post Office does not deliver Express Mail to this address). Facsimile copies will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/HHS-NIH-OD-OLAO-SBSS-14-001/listing.html)
- Place of Performance
- Address: NATIONAL INSTITUTES OF HEALTH, BETHESDA, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03274674-W 20140129/140127234111-f6c0335db5ba00d1483d1f35e2ae4098 (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 |