Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

66 -- Solexa Genome Analysis System

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ-NCI-70119-NG-01
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Description
THIS IS A COMBINED SYNOPSIS SOLICITATION WHICH CONSTITUTES THE ONLY SOLICITATION. A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation replaces pre-solicitation notice published on August 8, 2007 The National Cancer Institute (NCI) plans to procure the brand name Solexa Genome Sequencer: one (1) Genetic Analyzer plus Cluster Station System (Catalog number SY-301-1000 (1000907); one (1) Genetic Analyzer plus Cluster System 110 Power Cords (Catalog number 0419-0023 0419-0024); one (1) DNA Sample Kit (Catalog number 0801-0303); one (1) 10 Standard Cluster Generation Kits (Catalog number 1002291) and; one (1) 35 Cycle Solexa Sequencing Kit (Catalog number 1001461) manufactured by Illumina Inc in San Diego, California or equal. This acquisition will be conducted under the procedures for acquiring commercial items authorized in FAR Part 12 and under the authority to use simplified procedures for commercial requirements as provided in FAR 13.501. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. This solicitation: No. RFQ-NCI-70119-NG-01 includes all applicable provisions and clauses in effect through FAR FAC 2005-19 (August 2007) simplified procedures for commercial items. Statement of Work: The contractor shall provide the Illumina Inc, Solexa Genome Sequencer and components, as stated above or equal: 1. The following salient characteristics apply: - Technology to generate up to 1.0 G of DNA sequence data at 98.5% accuracy with a minimum 25-base read and an average Phred score of > Q17; - Whole genome resequencing, candidate region sequencing, ultra-deep resequencing for somatic mutations, metagenomics, genome-wide protein binding domain analysis, transcriptome analysis, gene expression profiling, and small RNA identification and quantification; - Digital gene expression profiles for direct study of any transcript from any gene, in any species; - Fully automated cluster creation and sequencing processes; - Data density available; highly economical order of magnitude increase in data recovery; - Software supporting the data pipeline with signal intensity analysis, DNA base calling, and DNA sequence alignment functions. The software package must include Sequencing Analysis software for image processing and base-calling with alignment, filtering, and data visualization functions. Alignment software must be included for reference sequence comparison and analysis visualization; - Multiplex capabilities to support at least eight separate analysis channels on the flowcell to allow up to 8 separate samples in a single run; - Accurate sequence determination regardless of sequence context or the presence of homopolymers stretches; - Technology to control single base additions in order to prevent multiple DNA base additions in homopolymer regions; - High throughput sequencing system must have the capability of sequencing samples containing 100 nanograms to 1 microgram of DNA or RNA; - Generate 20 million sequence reads and 1 gigabase of total sequence; - Parallel processing of DNA samples into sequence ready format: - Conversion of DNA samples into sequence ready templates should be quick and automated as much as possible; - Multiple DNAs processed in parallel, in the same semi-automated workstation with the process completed in less than 8 hours with minimal operator attention after the workstation is loaded; - Samples should be ready for sequencing immediately after they have been processed by the template preparation workstation; - Technical specifications and performance of the commercial instrument must be substantiated by peer reviewed scientific publications; Genetic Analyzer Features must include: - Automatic internal error detection system supports user warning and minimizes reagent waste; - Safety door lock sensors on the chassis for user safety; - 8-way pump with a pull configuration system minimizes carry over of reagents; - One (1) million pixel CCD camera for high resolution performance and high data density; - CE compliant system supported world-wide including Europe; - Flowcell stage with X and Y-axis directional movement; Cluster Station Features must include: - Spill containment bulkheads and capture basins to prevent spills; - Front mounted indicator lights on chasis; - Removable holder allows either 0.2 mL 8- tube strips or 0.3 mL 8-tube strips for versatile user purposes; - Independent 8 channels to prevent contamination across reagent lines; - Fluidic pump on the Cluster Station is capable of pumping individually from eight tubes to allow faster reagent delivery and shorter run time; - 50 uL to 3.6 mL volume range provides various automated and manual volume delivery; - Cluster Station uses a disposable manifold assembly to prevent cross sample contamination; Manual Control Features must include: - Open software recipe control for customized run designs by user; - Windows based software control; - Manual control of system tests; - Manual control of leak test software settings; - Manual control of focus lasers; - Manual flush of flow cell with selected reagents. 2 Delivery: Contractor shall deliver the instrument within ninety (90) days after award to: NIH/NCI Bethesda, Maryland 20892. Upon delivery, contractor must notify the NCI Project Officer to schedule the delivery date and time. 3 Installation: Contractor shall install the equipment and have ready to use within seven (7) days after delivery. 4 Training: Contractor shall provide training (at no additional cost to the Government) on proper use of equipment, software and related use for fifteen (15) NCI researchers at above location within one week of installation. 5 Payment: Payment shall be made after delivery and installation of equipment upon Government acceptance. Basis for Award Offerors must provide descriptive literature or other materials that demonstrate their offer meets the requirements. The contract will be awarded to the responsible offeror with the lowest price offer that fully meets the requirements of the solicitation. Past Performance: Potential Contractors offering a brand name or equal item shall include references where the item proposed is currently in use. 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by; (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). Mark any descriptive material to clearly show the modification. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS FOR SIMPLIFIED ACQUISITION; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS-WITH DUNS NUMBER ADDENDUM, FAR 52.212-4, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES, OR EXECUTIVE ORDERS-COMMERCIAL ITEMS-FOR SIMPLIFIED ACQUISITION. The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR 52.222-26; EQUAL OPPORTUNITY; FAR 52.222.35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; FAR 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF VIETNAM ERA; FAR 52.225-3, BUY AMERICAN ACT SUPPLIES; AND 52.232-34, PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTING REGISTRATIONS. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Malinda Holdcraft, Contract Specialist at holdcram@exchange.nih.gov. OFFERS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with Duns Number Addendum, signed by an authorized representative of the offeror OR, the Offeror may provide a full copy of the valid certification/registration of the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the CCR (http://www.ccr.gov) and ORCA (http://orca.bpn.gov). Quotations must be received in the NCI-Office of Acquisitions on or before 11 AM September 14 , 2007. Please state solicitation number RFQ-NCI-70119-NG-01 on all correspondence.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01398486-W 20070909/070907220717 (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  © 1994-2020, Loren Data Corp.