SOURCES SOUGHT
66 -- HID ION S5 System
- Notice Date
- 6/23/2016
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Gordon, 419 B St., Bldg 29718, 3rd Floor, Fort Gordon, Georgia, 30905-5719, United States
- ZIP Code
- 30905-5719
- Solicitation Number
- 0010826336
- Archive Date
- 7/15/2016
- Point of Contact
- Martina C. Bond, Phone: 7067911830
- E-Mail Address
-
martina.c.bond.civ@mail.mil
(martina.c.bond.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The NAICS Code for this requirement is 334516. This contract request or intent of this notice is to determine the availability of qualified commercial sources technically capable of providing the brand name or equal below: HID ION S5 System; HID On-Site FAS Support; ION AMPLISEQ for ION CHEF, DL8; ION 520 & 530 KIT - CHEF; ION 530 CHIP KIT; HID-ION Identity Panel; HID-ION Ancestry Panel; AB Assurance, ION S5 Option Year 1; AB Assurance, ION S5 Option Year 2; Contractor Manpower Reporting OY1 and Contractor Manpower Reporting OY2 This requirement is to provide the above items for the United States Army Criminal Investigation Laboratory (USACIL), Fort Gillem, GA. The intent of this notice is to determine the availability of qualified commercial sources technical capable of providing the below: o ION Torrent PGM sequencer (instrument, reagent and consumables) that are certified for use with the ION PGM system. o Existing laboratory test space requires that the system must be a bench top system. o Sequencer must have DNA test chips with documented run time not to exceed 40 hours, error rates of 1% or less o Data output format must be compatible to all human identification analysis software that is currently available. The characteristics of the PGM sequencers selected during the concordance study are as follows: o Run Time: Sample preparation and how fast the PGM processes DNA samples. o Throughput: How much data the PGM produces per run. This determines the number of samples that can be run at a time and adds to the accuracy of the data. More data per run means more accurate and more samples. o Error Rate: Sequencing error, how many errors to expect per sequence read and how reliable the data is. The lower the error rate, the better. o Cost Per Run: Consumable cost per run, which impacts the cost to the government to sustain the PGM (less is better). o User Interface: Ease of use and data output format compatible with all human identification analysis software that is currently available. o Data Management: PGM will include a sequencer and server with integrated software and external hardware that stores, processes and analyzes data to produce final reports. Potential offerors having the skills, experience, professional qualifications, and capabilities necessary to perform the described requirement are invited to provide a capabilities statement via e-mail. The Capability statements shall not exceed five (5) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number and CAGE code; 3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc.); and 4) Familiarity and knowledge of the requirement and 5) Advise if you can or cannot provide on a GSA Schedule. Responses are due no later than 1200hrs EST, Thursday, 30 June 2016, and shall be electronically submitted to martina.c.bond.civl@mail.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ef7a609e01cb6ffd658042b1b250db5a)
- Place of Performance
- Address: MICC - Fort Gordon, Directorate of Contracting, 419 B Street, Bldg 29718, 3rd Floor, Fort Gordon, Georgia, 30905, United States
- Zip Code: 30905
- Zip Code: 30905
- Record
- SN04160086-W 20160625/160623234943-ef7a609e01cb6ffd658042b1b250db5a (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 |