Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOURCES SOUGHT

D -- NIPS - Genetics Software Development

Notice Date
6/1/2016
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-16-NIPS
 
Archive Date
7/1/2016
 
Point of Contact
Trisha Scott, Phone: 3392047883
 
E-Mail Address
trisha.r.scott.ctr@mail.mil
(trisha.r.scott.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS BEING ISSUED FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. RESPONSES TO THIS NOTICE ARE NOT CONSIDERED AS OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. THE GOVERNMENT WILL NOT BE RESPONSIBLE FOR ANY COSTS INCURRED BY INTERESTED PARTIES RESPONDING TO THIS SOURCES SOUGHT. THE INTENT OF THIS NOTICE IS TO IDENTIFY BUSINESSES, ESPECIALLY SMALL BUSINESS (SB) CONCERNS, CERTIFIED 8(A), HUBZONE, SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES (SDVOSB), AND WOMEN-OWNED SMALL BUSINESS (WOSB) CONCERNS CAPABLE OF PERFORMING THE REQUIREMENTS DESCRIBED BELOW. Natick Contracting Division, located in Natick, MA, is issuing this source sought notice to identify potential sources that have the technical and theoretical expertise to develop and deploy Non-Invasive Prenatal Screening (NIPS), a software system to generate clinical calls from sequence data output from an Illumina NextSeq platform, using the plasma of pregnant patients in support of the Molecular Genetics Laboratory at Keesler Air Force Base. REQUIREMENTS: 1) Contractor shall provide information about required hardware to the genetics laboratory prior to work commencing on the contract. The genetics laboratory will provide all hardware required for the performance and interpretation of the NIPS assay. The contractor shall provide all hardware and software to be utilized. 2) Contractor shall provide information about minimum required sequence data prior to work commencing on the contract. This shall include the quantity of data, format, and specific depth of coverage or other measure of NGS data quality required to develop, test, and validate the software pipeline. The genetics laboratory will make the required sequence data available to the contractor at the initiation of the contract. 3) Contractor shall verify, at initiation of the contract, that the hardware and data requirements have been met by the genetics laboratory. 4) Within 90 days of verifying that hardware and data requirements have been met, contractor shall deploy, within the genetics laboratory, a final version of NIPS scoring algorithm software that will provide z-scores and predicted aneuploidies for chromosomes 13, 18, 21, X, and Y (X, XXX, XXY, and XYY). The software shall have been developed, trained, and initial runs and testing shall have been successfully completed. 5) The software shall also provide sufficient quality information to validate each run/sample. This shall include at a minimum, process and data exceptions and fetal fraction. 6) To the extent that sequence data quality has an effect on results from the software pipeline, contractor shall provide information to the lab sufficient to optimize sequence data quality for the developed software pipeline (for example if fetal fraction, number of acceptable reads, or read quality scores effect the reliability of results, contractor shall work with lab to establish minimum quality parameters for the relevant sequence data or sample quality parameter that is affecting results). 7) Contractor shall work with the genetics laboratory to ensure that analytical sensitivity and specificity, decision function, and rates of "Aneuploidy suspected," inconclusive, and failed calls are optimized and consistent with these parameters reported in the literature for NIPS. As additional sample data is needed for these optimization activities, the data will be provided by the laboratory. 8) Following completion and final deployment of software meeting the requirements noted above (predicted aneuploidies for chromosomes 13, 18, 21, X, and Y) but prior to the end of the contract, the contractor shall provide software to detect aneuploidy for all other chromosomes and software to detect microdeletions. This software shall also meet the requirements above. To the extent that additional sequence data is required for the development of this additional software, the laboratory will provide the sequence data. RESPONSES TO THIS NOTICE: All interested firms, regardless of size but especially small business concerns, are encouraged to respond to this request for information. Information submissions should include a description of capabilities for performing the required work and relevant company background/experience to the above requirements. A Rough Order of Magnitude (ROM) shall be included. Information submissions must be received by 3:00 PM, 16 JUNE 2016. Responses to this notice should be e-mailed to trisha.r.scott.ctr@mail.mil. Responses are limited to seven (7) pages and are requested in.PDF format. All respondents shall include all of the information listed below in the response email: 1. Company name and announcement number (W911QY-16-NIPS) in the email subject line 2. Company address, telephone number, primary contact(s) with email address(es), business size and socioeconomic category (i.e., small/large/HUB Zone), CAGE code, and DUNS number. (Respondents must be registered in the SAM database in order to obtain a CAGE code. Firms may register with SAM at http://www.sam.gov.) 3. A description of company capabilities for performing the required work. 4. Relevant company background/experience to the requirements above. 5. If applicable, GSA schedule information. 6. All assumptions, including any assumed Government support. 7. Any questions regarding requirement. Interested sources must reply no later than the date and time stated in this sources sought. No telephonic, facsimile or hardcopy submissions will be accepted. All product information shall be submitted at no cost or obligation to the Government. THIS SOURCES SOUGHT IS NOT A SOLICITATION. This sources sought is for information and planning purposes only and does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB) or Request for Proposal (RFP) and is not to be taken as a future commitment by the US Government to issue a solicitation. It is a market research tool being used to determine the availability and adequacy of potential business/small business sources prior to final determination of the method of acquisition, if any. The US Government will not pay any costs for responses submitted. Failure to submit all information requested may result in a vendor not being considered as an interested party. All service-disabled veteran owned small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and women-owned small businesses are encouraged to respond. Upon review of industry response to this sources sought synopsis, the Government will determine whether a set-aside acquisition (if any) in lieu of full and open competition is in the Government's best interest. Contracting Office Address: ACC-APG Natick Contracting Division 7 General Greene Avenue, Building 1 Natick, Massachusetts 01760-5011 United States Primary Point of Contact.: Trisha Scott trisha.r.scott.ctr@mail.mil Phone: 339-204-7883
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/33f8e06ba3adfd7ff6fa4bbaf403cc67)
 
Place of Performance
Address: Keesler AFB, Air Force Medical Genetics Center, 81st Medical Operations Squadron, Biloxi, Mississippi, 39530, United States
Zip Code: 39530
 
Record
SN04135475-W 20160603/160601235454-33f8e06ba3adfd7ff6fa4bbaf403cc67 (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.