SOURCES SOUGHT
B -- Ribonucleic acid (RNA) Sequencing
- Notice Date
- 5/4/2015
- 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
- NIHES2015052
- Archive Date
- 5/11/2015
- Point of Contact
- Onyenauché Washington, Phone: (919) 541-0423
- E-Mail Address
-
uche.washington@nih.gov
(uche.washington@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) availability of competition; (2) the capability of qualified small business concerns; 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. BACKGROUND: The National Institute of Environmental Health Sciences (NIEHS), located in the Research Triangle Park, North Carolina, is one of the 27 Institutes and Centers composing the National Institutes of Health. The NIEHS is home to the National Toxicology Program (NTP), a Health & Human Services (HHS) interagency program dedicated to testing and evaluating substances in our environment. The program was created as a cooperative effort to coordinate toxicology testing programs within the federal government; strengthen the science base in toxicology; strengthen the science base in toxicology; develop and validate improved testing methods; and provide information about potentially toxic chemicals. The audiences for these efforts are the health, regulatory, and research agencies, scientific and medical communities, and the public. PURPOSE AND OBJECTIVES: The Intramural Research Division (IRD) has a requirement for the performance of Ribonucleic acid (RNA) NextGen sequencing services on 450 samples. The required services are in order to allow for the completion of ongoing research projects within the Epigenomics Core Laboratory (ECL) of the Epigenetic and Stem Cell Biology Lab. The Contractor shall provide sequencing support for making libraries and shall provide the data in both fastq and in cel file format. The Contractor shall provide NextGen sequencing that includes high quality NextGen library construction with proper QC confirmation. The Contractor shall provide NextGen RNA sequencing runs/lanes of high quality constructed libraries with accompanying bioinformatics support. Due to the high dimensionality of sequencing data, identifying these differences using traditional methods such a t-test can be difficult as traditionally stringent statistical cutoffs still can yield significant false positives. The lab is currently using DNA sequencing analysis data to mitigate the multiple testing issues by calculating a false discovery rate from a reference data distribution generated from experimental data. The Contractor must be able to maintain continuity of research and accurately determine the error rate and provide the best data possible to researchers of DIR. ANTICIPATED PERIOD OF PERFORMANCE: The anticipated period of performance is 12 Months. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The intended procurement will be classified under the NAICS code 541380, "Testing Laboratories" with a size standard of $15.0M. ANTICIPATED CONTRACT TYPE: The anticipated contract type will be a firm-fixed price contract type. DELIVERY LOCATION: National Institute of Environmental Health Sciences, Building 101, 111 T.W. Alexander Drive, Research Triangle Park, North Carolina 27709 CAPABILITY STATEMENT/INFORMATION SOUGHT: Capability statements should include the following information: - Company name and address; - Clear and convincing documentation of their capability of providing and ability to provide the services specified in this notice; - Examples of prior completed Government contracts, references, and other related information; respondents' DUNS number, organization name, address, point of contact, size and type of business (e.g., 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); - Point of contact, including telephone number and email address for representative from interested business; - Do you have a GSA vehicle that could be utilized for these services? If yes, please provide the contract number and point of contact information 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). 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. Interested parties may identify their interest and capability to respond to the requirement. The Government shall consider all responses received within fifteen days of this posting. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Written responses to this synopsis shall contain sufficient documentation to establish their capability to fulfill this requirement. NIEHS will not be responsible for any costs incurred by interested parties in responding to this notice. Please email, with the sources sought notice number in the subject line to the Contracting Officer listed below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIHES2015052/listing.html)
- Place of Performance
- Address: See period of performance stated above., Morrisville, North Carolina, 27709, United States
- Zip Code: 27709
- Zip Code: 27709
- Record
- SN03719633-W 20150506/150504235307-8c83307181ecd3446e632b24c27041c2 (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 |