Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOURCES SOUGHT

66 -- Illumina NextSeq 2000 Sequencing System or Equal

Notice Date
6/29/2020 1:28:45 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95020Q00174
 
Response Due
7/9/2020 9:00:00 AM
 
Archive Date
07/30/2020
 
Point of Contact
Rieka Plugge, Phone: 3018277515
 
E-Mail Address
rieka.plugge@nih.gov
(rieka.plugge@nih.gov)
 
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 because 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. One of the major Stem Cell Translation Laboratory (SCTL) within the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) is to perform deep characterization of a large number of human pluripotent stem cell lines in order to gain better understanding of the heterogeneity within the pluripotent phenotype, as part of the Helping to End Addiction Long-term (HEAL) Initiative. The SCTL group currently has a NovaSeq 6000 and NextSeq 550 sequencing system. The NovaSeq 6000 is intrinsically designed for large scale projects and the NextSeq 550 is for small project but as an older model with different flow cell and optics design. This effort requires a new system which provides an integrated system for automated generation of DNA clonal clusters by bridge amplification, sequencing, primary analysis, and secondary analysis. Specifically, the NIH requires a Illumina NextSeq 2000 or Equal.� The salient physical, functional, or performance characteristics that �equal� products must meet are as follows: System must be compatible with the 10x Genomics Chromium Controller. The latest advances in optics (Blue-green 2 channel SBS chemistry). Multiple flow cell configurations enable sequencing from 20 Gb to 300�Gb per run, providing adjustable output based on project needs including complex application and mid-scale developmental stage experiments. Provide an integrated cartridge that includes reagents, fluidics, and the waste holder, simplifying library loading and instrument use. Reduce the waste and storage for reagents. Streamlined workflows, automated onboard cluster generation, including automated exclusion amplification (ExAmp) chemistry ensure consistent, reproducible run performance RFID-encoded consumables and load-and-go reagent cartridges for user-friendly experience; reliability of matching run configurations with proper flow cell and consumable kit minimizes potential incompatibilities. First instance of on-board DRAGEN� Bio-IT platform integrated into the sequencer enabling user access to hardware accelerated pipelines via FPGA. Simultaneously perform secondary analysis on one run while starting a second separate sequencing run Output Range:� per run depending on flow cell type, number of flow cells, and read length options. Up to 1 billion clusters and up to 300 Gb of output per 2 � 150 bp run Sequencing Flexibility: Ability to run one or two flow cells at a time, choose between four flow cell types, run different flow cell types simultaneously, start and stop flow cells independently, choose from multiple read length kit configurations for each flow cell type, and run any read length up to the maximum number of cycles per kit. Performed sequencing methods must include: whole-genome resequencing, targeted resequencing, whole-genome de novo sequencing, sequencing of bisulfite-treated DNA, RNA sequencing, genotyping by sequencing, nucleosome positioning and chromatin structure studies, ChIP-Seq, sequencing of ancient DNA samples, single-cell applications, linked long-read applications, and additional applications as developed. � � Capability statement /information sought. The respondents must submit clear and convincing evidence that they are able to meet the requirements described above. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered to determine the method of acquisition. The information must address each of the minimum specifications above.� The response must also indicate the country of manufacturer. For equipment/supply requirements, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Nonmanufacturer Rule). � The response must also include their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. � The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone, and e?mail addresses. � All responses to this notice must be submitted electronically to Rieka Plugge at rieka.plugge@nih.gov on or before July 9, 12:00 PM. Facsimile responses are NOT accepted. � 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 provide the product or perform the services specified herein. � 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 presolicitation synopsis and solicitation may be published in Beta sam.gov. 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://beta.sam.gov/opp/7892213fb2534791882b5b9c90c17452/view)
 
Record
SN05706990-F 20200701/200629230159 (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  © 1994-2020, Loren Data Corp.