Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2004 FBO #0933
SOLICITATION NOTICE

65 -- Schizosaccharomyces Pombe Microarrays

Notice Date
6/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
Reference-Number-NCI-40079-NV
 
Response Due
6/22/2004
 
Archive Date
7/7/2004
 
Point of Contact
Deborah Moore, Purchasing Agent, Phone (301) 402-4509, Fax (301) 402-4513, - Caren Rasmussen, Lead Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513,
 
E-Mail Address
dm170b@nih.gov, cr214i@nih.gov
 
Description
The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Molecular Cell Biology (LMCB) plans to procure Schizosaccharomyces pombe (fission yeast) microarrays from Agilent Technologies, 2850 Centerville Road, Wilmington, DE 19808. The LMCB investigates basic cellular processes of homeostasis, growth, division and differentiation, with an emphasis on the genetic and molecular biology of chromosomes and the cell nucleus. Accordingly, LCMB is engaged in research on the structure of chromatin and how chromatin is packaged to regulate gene expression and maintain genomic integrity. The Schizosaccharomyces pombe microarray, contains over 44,000 genes designed with 60-mer oligo probes, which are commonly used for differential gene expression studies and Chromatin IP applications to develop an epigenetic map of the fission yeast genome. The Agilent arrays are highly sensitive with a detection limit of 1 transcript/cell/million cells and have a dynamic range of 0.05 ? 5 pM. Only 50 ng of total RNA is required for labeling when using the low RNA input amplification kit. The probe design is critical in that work has been done to determine the best 60-mer probe to specific gene, requiring only one probe per gene and reducing redundancy of the content of the array. The arrays are manufactured by performing the phosphoramidite chemistry directly onto the glass surface, adding each nucleotide base at one time, resulting in better hybridization characteristics. All arrays undergo rigorous performance and QC tests from the QC of the proprietary surface chemistry, to photographing each base addition, laser dicing of the larger wafer into 1? x 3? slides. Finally, each batch has a portion, which is tested in actual experiments to insure quality. All of the manufacturing detail is provided in the barcode which is on the array and is read by the Agilent scanner, detailing date manufactured, gene I.D., machine which is printed, and date. In addition, the In- Situ Hybridization and Low RNA input kits are designed to work exclusively with Agilent arrays and contain controls which specifically hybridize to Agilent arrays. Because measurement accuracy is absolutely critical to microarray experiments and directly effects a scientist?s downstream research efforts, it is important that certain engineering advances are utilized in making these measurements. Agilent?s microarrays are the only ones that incorporate the features described above. The Agilent arrays will be used in conjunction with existing Government owned Agilent equipment that is already in the lab. Therefore, it is essential that these arrays be procured from Aglient in order to maintain the comparability of the data from ongoing experiments. This equipment is commercial as defined in FAR Part 2, and this acquisition is being made in accordance with the test program using simplified procedures for certain commercial items as authorized in FAR 13.5. Affymetrix, Inc is the only organization known to the NCI researcher that has aforementioned features that are required and believed to be unique. This is not a request for competitive quotation. However, if any interested party believes it can meet the above requirement and the noted features, it may submit a statement of capabilities. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI research to determine if the party can perform this requirement. An original and one copy of the capability statements must be received in the contracting office by 1:00 p.m. EDT, on June 22, 2004. All questions must be in writing and can be faxed to (301) 402-4513 or emailed to dm170b@nih.gov . It is the vendor?s responsibility to call (301) 402-4509 to insure questions have been received. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect call will be accepted. NAICS 325413, Size Standard 500 Employees.
 
Record
SN00602801-W 20040616/040614211721 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.