DOCUMENT
65 -- Molecular Next Generation Sequencing System - Attachment
- Notice Date
- 11/11/2016
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Southeast Louisiana Veterans HCS;Network Contracting Office (NCO) 16;1555 Poydras Street, Ste. 1895;New Orleans LA 70112
- ZIP Code
- 70112
- Solicitation Number
- VA25617N0098
- Response Due
- 11/16/2016
- Archive Date
- 1/21/2017
- Point of Contact
- Departent of Veterans Affairs
- E-Mail Address
-
k
- Small Business Set-Aside
- N/A
- Description
- Molecular Next Generation Sequencing System and Installation) The overall purpose is to provide, configure, and install Molecular Next Generation Sequencing System at Southeast Louisiana Veterans Health Care System (SLVHCS), Pathology and Laboratory Medicine Service 2400 Canal Street, New Orleans, LA 70119. The specific requirements for this procurement are listed in the Statement of Work and Required Items List within this Sources Sought Notice (SSN). Instruction to Offerors Guidance: This Sources Sought Notice (SSN) is not a Request for Quote (RFQ). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice (SSN) is voluntary. Responses will not be returned. No entitlement to payment or direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government s use of such information. This Sources Sought Notice (SSN) is for planning purposes only and is intended to identify contractors in any socioeconomic category who can support this requirement. INSTRUCTIONS FOR SUBMISSION Interested contractors shall submit a response via e-mail only to Leslie Robinson, Contract Specialist leslie.robinson@va.gov. Responses are due no later than November 16, 2016 @ 10:00 AM Eastern Standard Time (EDT). Respondents should include as part of their submission: Indicate if you can provide all items listed in the Statement of Work to include installation and training. If/when this requirement is solicited it will be all or nothing meaning that prospective contractors must be able to provide all items. Please do not submit a price quote as this request is for market research/informational purposes only. The purpose is to identify potential contractors that can support procurement for Molecular Next Generation Sequencing System, Configuration, Installation and user/operator training). Statement of Work Molecular Next Generation Sequencing System Southeast Louisiana Veterans Health Care System New Orleans, Louisiana 70112 November 10, 2016 1. PURPOSE 1.1 The overall purpose is to provide and install a Molecular Next Generation Sequencing System at Southeast Louisiana Veterans Health Care System (SLVHCS), Molecular Laboratory, Pathology and Laboratory Medicine Service, 2400 Canal St, via 2401 Tulane Ave Warehouse, New Orleans, Louisiana 70119. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the Installation and proper instrument function. 2.5 SALIENT CHARACTERISTICS 2.5.1 Molecular Next Generation Sequencing System Equivalent to Illumina NGS MiSeq Dx Sequencing system shall use parallel sequencing technology which performs clonal amplification, sequencing and data analysis in a single integrated platform Sequencing system shall utilize Sequencing-by-Synthesis (SBS) Chemistry with four reversible terminator nucleotides labeled with four different fluorescent dyes and capable of paired-end sequencing. Sequencing system shall makes base calls directly from signal intensity measurements during each sequencing cycle after fluorescently labelled nucleotides have been incorporated into sequence. Sequencing system shall have a flow cell with a single channel for imaging sequencing reactions on top or bottom of cell s surface. Capable of producing up to 15 Gigabytes of data per 2 x 300 bp run. System shall require less than 30 minutes total hands-on time from library preparation to direct variant reporting. The instrument shall simultaneously automate clonal amplification of hundreds of millions of single molecule DNA templates, producing clusters containing approximately 500-1000 identical copies of each original DNA sequence. Each cluster shall generate a single or pair-end read The instrument shall have fully automated amplification performed directly on the instrument using an integrated reagent cartridge with pre-mixed and pre-filled reagents The instrument s amplification method shall be completely automated requiring no user intervention using solid phase isothermal amplification to produce clonal single-molecule array clusters The instrument shall perform illumination using a light-emitting diode at 553nm and 660nm Reagents for the instrument shall be received by the end user pre-mixed in an integrated, RFID enabled reagent cartridge. The RFID scanner for reagents shall ensure correct reagents are used with chosen workflows The instrument shall be a single flow cell system with each flow cell manufactured with a single substrate containing channel The instrument shall have flow cells which are keyed so they can be inserted only in the correct orientation The instrument shall have a control computer that is integrated in the sequencer with no computer purchase required The system shall incorporate easy to use guided workflows enabling user to go from sample to analyzed data in eight hours for select RUO workflows The instrument shall have automated bioinformatics analysis which has an intuitive, touch screen, graphical user interface and delivers simple, easy to read reports The on-instrument data analysis shall include base calling, quality scoring, alignment, variant calling, and reporting System shall have Real-Time analysis by software that is capable of image processing, base calling, alignment and variant calling followed by generation of reports. System shall be upgradeable with new versions of software, hardware and applications. System shall perform the following testing: 50 gene mutation and Cystic Fibrosis System shall have dimensions no larger than 100 cm Width x 100 cm Height x100 cm Depth and weigh no more than 200 lbs. The instrument s electrical requirements shall be 110V compatible 2.5.2 Delivery and installation of instrumentation with assurance of proper operation shall be provided by the manufacturer. 2.5.3 Necessary reagents, test kits, supplies, and clinical specimens for validation and correlation studies on instruments must be provided at no cost to the Government. Vendor must work with P&LMS Microbiology COR to determine parameters of validations study For validation and correlation studies, expiration dating period of the consumables shall not be less than six (6) months at the time of delivery to the facility. 2.5.4 On-site training at no costs for two (2) key operators and VA technical staff on instrumentation and software; dates to be determined in coordination with COR. 2.5.5 Off- site training at no cost for two (2) key operators in instrumentation and software, if available (includes airfare, transportation, lodging and meals). Dates of trainings will be coordinated with COR. 2.5.6 On-site or off-site for two (2) Biomedical Engineers for Instrumentation (includes airfare, Lodging and meals), if available. Dates of trainings will be coordinated with COR. 2.5.7 Two (2) Operator s Manuals for instrumentation (2.5.1) 2.5.8 Two (2) Technical Service Manuals for instrumentation (2.5.1) 2.5.9 One Year Warranty for the Molecular Next Generation Sequencing System (Includes all parts, labor, travel and preventative maintenance) at no cost to the Government from 1/4/2017 to 1/3/2018. 2.5.10 Extended warranty for 2nd year past the initial warranty for the Molecular Next Generation Sequencing System (Includes all parts, labor, travel and preventative maintenance) from 1/4/2018 to 1/3/2019. 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the Pathology & Laboratory Medicine Service, Room 4F122B at the Southeast Louisiana Veterans Health Care System (SLVHCS) 2400 Canal St, New Orleans, LA 70119 via 2401 Tulane Avenue, New Orleans, LA 70119 on 1/4/2017. 2.6.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.6.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.6.1.4 Deliver specified items only when site is ready for installation work to proceed. 2.6.1.5 Store products in dry condition inside enclosed facilities. 2.6.1.6 Any government requested delayed delivery up to 90 days after initial delivery date, shall be at no additional cost to the Government. 2.6.1.7 Delivery and Installation will be coordinated through the COR 2.6.2 INSTALLATION 2.6.2.1 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards. 2.6.2.2 Installation must be completed by 02/21/2017. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.3 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.6.2.4 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.6.2.5 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide the VA COR a list of missing and damaged items found upon inspection and have those items replaced at no cost to the Government. 3.3 Contractor shall provide dates of completion of punch list items and replacement parts/ and/or short ship items from the manufacturer (s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer. 5. DELIVERABLES 5.1 Operation/Technical and Maintenance Manuals 5.1.1 Binders - Quantity (2) each for items 2.5.1 5.1.2 Digital Copies in CD form- Quantity (1) each for items 2.5.1 5.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to VA COR upon completion of installation. 6. OPERATOR TRAINING 6.1 Contractor shall provide On-site training on the instrumentation and software to two (2) Key Operators and VA technical staff at no cost to the Government. Training must be completed by 2/28/2017. Scheduling of training or changes in training dates shall be coordinated with the SLVHCS COR after installation is complete. 6.2 Contractor shall provide off-site training, if available, on the instrumentation and software to two (2) key operators at no cost to the Government. Scheduling of training dates shall be coordinated with the SLVHCS COR. 6.3 Contractor shall provide on or off-site training, if available, on the instrumentation and software to two (2) SLVHCS Biomedical Engineers (includes airfare, transportation, lodging and meals if offsite), if available. Scheduling of training dates shall be coordinated with the SLVHCS COR. 7. PROTECTION OF PROPERTY 7.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 7.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 7.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 7.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 8. SECURITY REQUIREMENTS In accordance with Handbook 6500.6 Contract Security (March 12, 2010) include this contract security language into the Statement of Work (SOW) immediately following the security clause section: "A&A requirements do not apply--Security Accreditation Package is not required". GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 2. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which has been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. The CO will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the CO for response. Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. 9. WARRANTY 9.1 The contractor shall provide a one year manufacturer s warranty on all parts and labor which includes preventative maintenance. 9.2 The warranty shall include all travel and shipping costs associated with any warranty repair.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617N0098/listing.html)
- Document(s)
- Attachment
- File Name: VA256-17-N-0098 VA256-17-N-0098.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3104636&FileName=VA256-17-N-0098-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3104636&FileName=VA256-17-N-0098-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-17-N-0098 VA256-17-N-0098.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3104636&FileName=VA256-17-N-0098-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Southeast Louisiana Veterans HCS;Pathology and Laboratory Medicine Service;2400 Canal St, Via 2401 Tulane Avenue, Whse;New Orleans, LA
- Zip Code: 70112
- Zip Code: 70112
- Record
- SN04326409-W 20161113/161111233034-351f39f973dc7aad55725bd61acd6bd4 (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 |