SPECIAL NOTICE
70 -- Perpetual License GeneSpring GX Software
- Notice Date
- 4/12/2017
- Notice Type
- Special Notice
- NAICS
- #511210
— Software Publishers
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF70336375
- Archive Date
- 5/2/2017
- Point of Contact
- Janalyn H. Dement, Phone: 6016345232
- E-Mail Address
-
janalyn.h.dement@usace.army.mil
(janalyn.h.dement@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) intends to issue an award on a sole source basis (IAW FAR 13.106-1(b)(1)) to Agilent Technologies, 2850 Centerville Road, Wilmington, Delaware, to provide GeneSpring GX perpetual software license that is compatible with the laboratory's existing data to determine functional annotations and biological interactions of modeled relationships between genes, proteins, complexes, cells, tissues, chemicals, and diseases. The software must be able to support the Sureprint G3 Exon Microarray Platform for gene and exon-level analysis as well as analyze transcriptomics data to detect alternative splicing events and identify differentially expressed genes and microRNAs. The GeneSpring GX software is the only software that can be used to link the laboratories new data with existing data from the Sureprint G3 Exon platform that was generated by a current license for the GeneSpring GX software. The software should be capable of (1) Supporting Agilent Exon Microarrays for transcriptomic analysis with the ability to perform quality control using platform-specific metrics while processing both one- and two-color gene expression data using linear and non-linear normalization methods; (2) Providing comprehensive analytical and visualization tools for multiple data types through linking probes across data types, array platforms, and organisms that map to the same biological entity; (3) Identifying common variations across a set of samples: batch effect correction, circular binary segmentation, identification of heterozygosity events and regions of allelic imbalance; (4) Providing statistical tools for testing differential expression, pattern discovery, and graphical displays; (5) Providing modeling capabilities to generate pathways, networks, and biological contextualization. The intended procurement will be classified under North American Industry Classification System (NAICS) 511210 with a Small Business Size Standard of $38.5 million. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice shall submit technical data sufficient to determine capability in providing the same or similar product. All capability statements received by the closing date of this publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Capability statements shall be submitted only by e-mail as a Microsoft Office Word, Microsoft Office Excel, or Adobe PDF attachment to Janalyn.H.Dement@usace.army.mil. Statements are due by 9:00am Central Standard Time, 17 April 2017. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF70336375/listing.html)
- Record
- SN04469469-W 20170414/170412234325-3812bae62d7b00e0c16a29b82f40b061 (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 |