Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2024 SAM #8213
SOURCES SOUGHT

66 -- Mid-Throughput Next Generation Sequencing System and Maintenance Agreement

Notice Date
5/21/2024 6:46:33 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
SS-NIAID-24-2218371
 
Response Due
6/3/2024 12:00:00 PM
 
Archive Date
06/18/2024
 
Point of Contact
Kathy Song, Linda Smith
 
E-Mail Address
kathy.song@nih.gov, linda.smith2@nih.gov
(kathy.song@nih.gov, linda.smith2@nih.gov)
 
Description
Introduction This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Project Summary The National Institute of Allergy and Infectious Diseases (NIAID), Vaccine Research Center (VRC), Vaccine Immunology Program (VIP) is seeking to acquire one (1) Mid-Throughput Next Generation Sequencing (NGS) system and maintenance agreement. The VRC is designing, producing, and testing candidate immunogens aimed at eliciting neutralizing antibodies against a number of human pathogens including HIV, Influenza, RSV and SARS-CoV-2. At the core of this effort lies the requirement to elicit antibodies that use particular IgH and IgL chain gene pairs. For evaluation of vaccine candidates, the evolution of such antibodies, and thus the effectiveness of the vaccine, needs to be monitored using a variety of molecular techniques that culminate in single-cell NGS of pathogen-specific B cell IgG genes. In addition, passive antibody applications necessarily depend on the identification and sequencing of neutralizing pathogen-specific antibodies in infected and/or convalescent people. Similarly, vaccines being developed by the VRC that aim to elicit T cell immunity, such as those against TB, malaria, and cancer, require analysis at the level of TCR sequences. To complement these studies of immune adaptive receptor use, the VRC also investigates host genomic associations with vaccine responses and disease progression, the microbiome, pathogen sequence diversity within and among infected people, and host cellular reservoirs of pathogens. To achieve these goals, the VRC has developed a broad portfolio of next-generation sequencing methodologies. These include bulk and single cell TCR, Ig and whole transcriptome sequencing, targeted genomic sequencing of specific loci, whole genome sequencing, shotgun microbiome metagenomics, and long-read/consensus pathogen sequencing. These assays are performed on samples from multiple species including humans, non-human primates (NHP) and various rodents. The Mid-Throughput Next Generation Sequencing Instrument is needed to help the VRC, VIP support the mission critical research described above. The sequencing system must use compatible reagents, variables, sequencing techniques, and equipment that will ensure the integrity of on-going study results will not be compromised. VRC currently utilizes an Illumina 1000 and 2000 system. As such, this acquisition is for an Illumina NextSeq 2000 or equal sequencing system. It is an integrated system for automated generation of DNA clonal clusters by bridge amplification, sequencing, primary analysis, and secondary analysis. With the acquisition of this instrument, it will improve the efficiency of our critical experiments. Specifically, NIAID, VRC, VIP is seeking one (1) mid-throughput next generation sequencing system and maintenance agreement, which enables a broad range of applications and study sizes through sequencing by synthesis and sample multiplexing. The system must use onboard algorithms for primary and secondary analysis of the sequencing data. The mid-throughput next generation sequencing system includes the sequencing instrument, embedded touchscreen monitor and on-instrument computer, control software, hardware accelerated secondary analysis pipelines, installation and training, and 12-months warranty, including parts and labor. The sequencing system and service plan must meet all the required minimum technical requirements listed below: The Mid-Throughput NGS instrument must have at least eleven flowcell options with a minimum of 100M reads on a single flowcell and have a 600-cycle or greater kit option. The instrument must incorporate a design to avoid sample cross-contamination within the fluidics. The instrument must incorporate an onboard bioinformatics server with BCL to FASTQ conversion, lossless data compression, and secondary analysis pipelines. The instrument must not be larger than 23.6� x 23.6� x 25.6� (HxWxD) and weigh no more than 145kg. Service and support must include full coverage of the instrument including parts, labor and travel and at least one preventative maintenance service. Service support must include reagent replacement upon hardware failure. Anticipated Period of Performance It is anticipated that an award will be made on or about July 19, 2024. Delivery of the sequencing system is preferred as soon as possible and required within 30 days. Capability Statement/Information Sought If your organization has the potential capacity to provide a mid-throughput next generation sequencing system and maintenance agreement which meets the minimum requirements and performance capabilities listed above, please provide the following information: Organization name, address, point of contact, email address, website address, telephone number, UEI number. Type of business (e.g., 8(a), HUBZone, Other than Small, etc.)� pursuant to the applicable NAICS code. Identification of any Best-In-Class contract vehicles including Government Wide Acquisition Contracts (GWAC) (e.g., GSA schedule) they may possess or are aware of that would support this possible requirement. If your organization does not provide the products/services under a GWAC, please identify availability as OPEN MARKET ONLY. Tailored capability statement addressing the capability of the sequencing system to meet NIAID�s minimum requirements. Capability document shall be no more than six pages. Place of manufacture for the sequencing system and components. Evidence that the organization is an authorized reseller or manufacturer and service provider of the mid-throughput next generation sequencing system and maintenance agreement. Authorized resellers shall identify the OEM of the equipment proposed in their capability statement. Only OEM products are acceptable. Submission Instructions Interested businesses who consider themselves qualified to provide the above listed mid-throughput next generation sequencing system and maintenance agreement are invited to submit a response to this Sources Sought Notice by June 3, 2024 at 3:00 PM EST. All responses under this Sources Sought Notice shall be emailed to Kathy Song at kathy.song@nih.gov. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in 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 a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8267ff98e3304125900b0063b66ed9f4/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN07072482-F 20240523/240521230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.