Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2016 FBO #5242
SOURCES SOUGHT

65 -- Brand Name or Equal Illumina NextSeq 500 Sequencing System Sequencer

Notice Date
3/29/2016
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
RFI-N02RC62554-24
 
Archive Date
4/19/2016
 
Point of Contact
Kimesha Leake, Phone: 2402765669, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
kimesha.leake@nih.gov, jolomi.omatete@nih.gov
(kimesha.leake@nih.gov, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Number: RFI-N02RC62554-24 Key Dates: Capability Statement Due Date: April 4, 2016 12:00 pm Eastern Time Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov or http://rcb.cancer.gov/rcb-internet/ General Information: This Request for Information (RFI) is to obtain knowledge and information for project planning purposes. The information gleaned for this RFI will allow the NCI to develop acquisition specifications/requirements as it pertains to a Brand Name or Equal "Illumina NextSeq 500 Sequencing System" Sequencer. It should not be construed as a solicitation or as an obligation on the part of the Federal Government, the National Institutes of Health (NIH), and the NCI. The NCI does not intend to award a cooperative agreement, grant, or contract on the basis of responses to this RFI or to otherwise pay for the preparation of any information submitted or for the Government's use of such information. Purpose: Based on the response to this RFI, the NCI may issue a solicitation at an undetermined time in the future or use the information to guide purchases of equipment, adaptation of specific methodologies or conduct specific methodological research. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME, no basis for claims against NCI shall arise as a result of a response to this Request for Information notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. This notice is for market research only. The NCI is specifically interested in determining the types of organizations available in the marketplace that provide these technologies. In particular, the NCI is seeking qualified small business concerns [including Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-owned Small Businesses (SDVOSB] which provide these technologies. Based on the responses received from this announcement, an acquisition may be solicited as a Total Small Business Set-Aside. NAICS Code and Size Standard: In the event an RFQ is issued, North American Industry Classification System (NAICS) code 334516 with a size standard of 500 employees is being considered. Background: The main purpose of the Genomics Core at the Center for Cancer Research (CCR) is to provide investigators at National Cancer Institute (NCI) with access to Next Generation Sequencing (NGS) with rapid turnaround on smaller-scale projects. The Genomics Core provides local interactions and sharing of NGS expertise with NIH researchers and clinicians, who are seeking to acquire and set up their own NGS capabilities. The Genomics Core has conducted a number of diverse projects requested by multiple CCR labs, and at least two labs that have worked with them have set up their own internal NGS lab units. The Genomics Core is requesting a Brand Name or Equal Illumina NextSeq TM 500. The purchase will include installation of the instrument and accessories, by engineers and specialists, protocol development and training the Genomics Core staff on the instrument. Information Requested: Brand Name or Equal Illumina NextSeq 500 salient characteristics: The System must include: • Scalability from 20-120 Gb in a single run to support a broad range of applications and study sizes • Runs, including onboard cluster generation, in 12-30 hours • Fully automated onboard cluster generation enables prepped libraries to be loaded directly onto the instrument • Highest accuracy of any high-throughput desktop sequencing system • Proven SBS chemistry with single-base extension enables accurate sequencing of homopolymers • Fully automated paired-end sequencing • Next-generation sequencing (NGS) system capable of sequencing a 30× human genome in a single run • Two flow cell formats and multiple reagent configurations to enable data output from 20-120 Gb in a single run Training • NCI would also like to engage the services of a field application specialist to set up the instrumentation and to provide adequate training and application support • Individual will provide dedicated support to NCI researchers for training, experimental design, troubleshooting, through to running samples on the instrument for infrequent users. Period of Performance: The Contractor shall deliver the item(s) within 30 days after award to: NIH/NCI Bethesda, Maryland 20892 The government shall have 30 days for inspection and acceptance of each deliverable. The government will issue payment for the deliverable following acceptance of the deliverable. Additional comments relevant to this RFI, and addressing issues that are not specifically mentioned above, are also encouraged. How to Submit a Response: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single space, 12 point font minimum) that clearly details the ability to perform the aspects of the notice described above. Brevity and structured format (such as bulleted items) are encouraged whenever applicable to aid in processing. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NCI personnel and will be held in a confidential manner. Due Date: Capability statements are due no later than April 4, 2016 12:00 pm Eastern Time Delivery Point: All capability statements sent in response to the Request for Information must be submitted electronically (via e-mail) to Kimesha Leake at kimesha.leake@nih.gov in MS Word, WordPerfect or Adobe Portable Document Format (PDF). All responses must be received at NCI by the specified due date and time in order to be considered. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and emailed to Kimesha Leake, Contract Specialist at kimesha.leake@nih.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the System for Award Management (SAM) www.sam.gov. No collect calls will be accepted. Please reference solicitation number RFI-N02RC62554-24 on all correspondences. Point of Contact: Inquiries concerning this notice may be directed to: Kimesha Leake, Contract Specialist 9609 Medical Center Drive, room 1E226 Rockville, MD 20850 kimesha.leake@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/RFI-N02RC62554-24/listing.html)
 
Record
SN04065792-W 20160331/160329234601-b41efe0289fa0e5632b5afd21c46512a (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.