Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
SOURCES SOUGHT

B -- Whole Genome Sequencing

Notice Date
5/19/2015
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
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-SBSS-HV-2015-134-JS
 
Archive Date
6/18/2015
 
Point of Contact
Jennifer Swift, Phone: 3014350358
 
E-Mail Address
Jennifer.Swift@nih.gov
(Jennifer.Swift@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Whole Genome Sequencing Sources Sought Notice HHS-NIH-NHLBI-SBSS-HV-2015-134-JS Contracting Office Address 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 RKL2/6016 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES Introduction 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. 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 NAICS code 541380 should not submit a response to this notice. Background The Whole Genome Sequencing (WGS) project is part of NHLBI's Trans-Omics for Precision Medicine (TOPMed), program and serves as an initial step for the larger initiative. In recent years, genetic research of complex diseases using Genome-Wide Association Study (GWAS) and Exome-sequencing approaches has resulted in an unprecedented explosion of genetic discovery. However, a large portion of heritability in complex diseases remains elusive. Whole Genome Sequencing (WGS) will provide a comprehensive view of the genome, an opportunity to further understand the genetic architecture (rare and common genetic variants) relevant to heart, lung, blood and sleep disorders (HLBS), and an unprecedented resource to the scientific community. Project Requirements • Provide 30X average sequence coverage (i.e. Standard Coverage) whole genome (WG) sequence coverage using Illumina's HiSeq X Ten, the primary platform for NHLBI's WGS program, due to established standardization in automated QC/QA and joint calling within TOP-Med. • Provide WG sequencing of an estimated 5000 designated NHLBI samples within 12 months of award. • Provide both PCR-free and PCR based library construction depending on available sample DNA quantities • Provide encrypted raw data via data transfer (i.e. BAM, VCF) to a NHLBI designated Informatics Center (IRC) and/or the National Center for Bioinformatics dbGaP servers • Provide GRCh37 or GRCh38 builds with filtering as designated by NHLBI for repetitive/centromeric regions • Provide labels, containers, and shipping, and plasticware (96 or 384 well plates) from designated DNA center(s) for each NHLBI designated study • Provide bioinformatics QC/QA, analysis, and long-term Data Storage for a period of 6 months and a period of 12 months. • Shall create libraries, perform WG sequencing and provide encrypted raw data for approximately 150 encoded and de-identified samples received by the Government or designee weekly. WG sequencing must be provided to the Government (NHLBI designated IRC and/or NCBI's dbGaP) within 60 days after receipt of samples. Delivery of samples to contractor is estimated to begin within 30 days after award. • Transmit encrypted data sequentially to NHLBI designated recipients concurrent with contract award period. Capability Statement Small business concerns that believe they possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer. Capability Statements will be evaluated based on the following requirements: 1. The capabilities statement must specifically address each project requirement separately. 2. Documented WGS and Exome Sequencing experience with similar large scale project requirements in which the organization and proposed personnel have participated (provide list of projects for the past three years) 3. Demonstrate an established Laboratory Information Management System (LIMS), including number of projects completed and samples processed on LIMS for the past three years. 4. Show schedule to complete WG sequencing on 5000 NHLBI samples within 12 months of award. 5. Demonstrate ability to meet "NIH Security Best Practices for Controlled-Access Data Subject to the NIH Genomic Data Sharing (GDS) Policy" http://www.ncbi.nlm.nih.gov/projects/gap/pdf/dbgap_2b_security_procedures.pdf 6. Demonstrate ability to complete WG sequencing on 150 samples within 60 calendar days after receipt of samples by the Government, or designee. 7. Demonstrate ability to complete a minimum overall capacity of 150 genomes per week. Include support for completing maximum sequencing capacity (divided into current production and availability) at 7 days, 30 days, 90 days, 6 months, and 1 year. Additionally, the capability statement should include 8. Documentation supporting Small Business as defined by NAICS code 541380, 9. CVs detailing the professional qualifications of scientists, medical experts, bioinformatics, and technical personnel as it relates to the above outlined requirements, 10. A description of general and specific facilities and equipment currently available, including computer equipment and software (ie. detail what equipment/software/internet backbone is on hand to complete this task), and 11. Any other information considered relevant to this program. The capability statement must not exceed 20 single sided or 10 double sided pages in length, excluding CVs and past performance (include as an Appendix), and using a 12-point font size minimum. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone numbers of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Jennifer Swift, Contracting Officer, at jennifer.swift@nih.gov in either MS Word or Adobe Portable Document Format (PDF), by June 3, 2015 at 3PM EDT. All responses must be received by the specified due date and time in order to be considered. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government estimates negotiating approximately one (1) - two (2) firm fixed price contract(s), for a period of 1 year with an approximate award date of September 15, 2015. Original Point of Contact Jennifer Swift, Contracting Officer, NHLBI COAC Services Branch, Phone (301) 435-0358, Email: jennifer.swift@nih.gov 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 RKL2/6016 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-SBSS-HV-2015-134-JS/listing.html)
 
Record
SN03735750-W 20150521/150519235046-7f7b4c20d2039cc6fd6d3fc3c4006dbb (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.