Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2017 FBO #5741
SOURCES SOUGHT

68 -- RNA Sequencing

Notice Date
8/10/2017
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-17-703
 
Archive Date
8/31/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1.Solicitation Number: HHS-NIH-NIDA-SSSA-SBSS-17-703 2.Title: RNA Sequencing 3.Classification Code: 68 - Chemicals and chemical products 4.NAICS Code: 541690- Other Scientific and Technical Consulting Services Description: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. This notice is strictly for research and information purposes only. Background: Human neurons function for the whole lifetime but the factors and the mechanism that sustain their activity and protect from age-associated neurodegeneration are not known. The risk factors of Alzheimer's disease (AD) increase among individuals of 65 years or older. For better understanding of Alzheimer's disease, we collected brain tissues from individuals with AD phenotype, pre-symptomatic, and normal individuals. We will assess differentially expressed mRNA, long noncoding RNA, and circular RNAs using unbiased RNA sequencing analysis, which is essential to advance our research. Purchase Description: Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the stated below: The Contractor will: •Prepare DNA sequencing libraries per RNA sample as per instructions by the NIA. •Provide documentation of the quality of prepared libraries to Government staff. •Sequence the prepared libraries with Next Generation Sequencing platform. •Provide FASTQ files of DNA sequence to Government staff. •Provide documentation of DNA sequencing run for each sequenced library. •Provide 160 million paired end reads. LEVEL OF EFFORT Qualified Technicians and/or senior researchers will perform the specific requirements. Depending on the quality of the RNA received, the preparation of samples to the final analysis could take up to 2 months for acceptable results. GOVERNMENT RESPONSIBILITIES •The government will provide RNA samples for library preparation. •The government will be provided all data to be reviewed, updated and adjudicated. •The government will be responsible for reviewing and approving reports and final data generated under the contract. DELIVERY OR DELIVERABLES The contractor will deliver periodic updates and updated data files, and at the conclusion of the contract period electronic digital data files reporting for the data to be reviewed, updated and adjudicated. REPORTING REQUIREMENTS The contractor will report by email, teleconference or in person regarding progress toward the stated goals and objectives. The report shall identify any problems that emerged and their resolution, or plans for resolution. Anticipated Contract Type A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Key Personnel Required expertise in the specialized knowledge of preparation and sequencing of focused libraries for detection of RNA populations. Capability Statement: Contractors that believe that they possess the ability to provide the required equipment, warranty, and installation should submit documentation on their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required equipment and warranty 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must also provide their Company Name, DUNs number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government request that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted to Jermaine Duncan, Contract Specialist, via email at jermaine.duncan@nih.gov before the closing date and time of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government anticipates negotiation of a firm fixed price purchase order. Contracting Office Address: 31 Center Drive Room 1B59 Bethesda, Maryland 20892 United States Place of Performance: Bethesda, Maryland 20892 United States Primary Point of Contact: Jermaine Duncan, Contract Specialist Jermaine.duncan@nih.gov Phone: 301-827-7515
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SBSS-17-703/listing.html)
 
Record
SN04622901-W 20170812/170810232145-95cdf7b525d69a92533bf674938b7383 (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.