Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOURCES SOUGHT

R -- Genomic and Proteomics Software and Provision of Proficiency Testing for FDA Laboratories

Notice Date
5/18/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-09-1056164
 
Point of Contact
Karen R. Petty, Phone: 301-827-8774
 
E-Mail Address
karen.petty@fda.hhs.gov
(karen.petty@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation: FDA-09-1056164 Agency/Office: Food and Drug Administration Project Title: Genomic and Proteomics Software and Provision of Proficiency Testing for FDA Laboratories. Request for Information (RFI): This is a RFI in accordance with FAR 15.201 (e) to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication that the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This RFI is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this RFI. Any responses received will not be used as a proposal. The U.S. Food and Drug Administration (FDA) is seeking to identify any sources with capabilities or prior experience that can perform the following: Background: The first two of these products, known as CompatDNA and InterORF is currently being used in the evaluation of genetic data obtained from Salmonella enterica bacteria. The second product, known as Integrated Software System for Analysis of Bacterial Proteomics Data (ISSABPD) is being used in the evaluation of data generated from protein profiles of bacteria. As this is an on-going collaborative research project, further modifications of these software packages will be necessary to enhance our research in the area of food protection. A second area of immediate collaboration is in proficiency testing that can be used to evaluate FDA and Food Emergency Response Network (FERN) laboratories. CSL currently has an extensive proficiency testing program, which is used to evaluate the capabilities of food testing laboratories within the U.K. and the European Union. CSL has developed a system called FAPAS® (food analysis performance assessment scheme). FAPAS is a comprehensive analytical chemistry proficiency testing scheme for evaluating the performance of laboratories in the analysis of food. The FAPAS approach involves dispatch of certified testing materials or standards from CSL, instructions about how to store and handle the test material, statistical analysis of the results of the tests performed by the participating laboratory, assessment of the performance of the laboratory relative to other labs participating in the test, and issuance of a report of performance relative to other participating laboratories. The FAPAS scheme includes the following analytes in food, feed and drink: Nutritional components, Food ingredients, Natural food contaminants, Organic & inorganic contaminants, Pesticides, Veterinary drug residues, Food additives, Migration from food packaging, Allergens and Authenticity. CSL has also developed a food microbiology laboratory proficiency testing program, known as FEPAS, which is similar in structure to FAPAS. FEPAS provides materials that can be tested for bacteria of various types that are important in food safety issues, and provides these samples in relevant food matrices. CSL is the only laboratory in the world that has an extensive food proficiency testing program, and access to this program would be of significant importance to the FDA, significantly enhancing our ability to protect the public. FDA Objectives: The objective is to provide a framework for developing a common approach to analytical methods in support of food safety in relation to the protection of public health and international trade. Independently, and not as an agent of the Government, the contractor shall furnish the necessary personnel, materials, services and facilities, and otherwise do all the things necessary for, or incident to, the performance of the work as described below. The contractor shall work closely with CFSAN personnel throughout the requirement. The Contractor shall: 1.Produce modifications of existing software for genomic and proteomic analysis to include, but not to be limited to, the following: a.Produce modifications of genomics software (Inter-Orf) to develop a gene prediction/annotation pipeline built in a user friendly graphical interface for raw 454/pyrosequencing data. Develop tools to compare simultaneous multiple alignments of genetic data from bacteria. b.Develop software tools for DNA-barcode methods for fish species identification analysis, in conjunction with on-going CFSAN DNA-barcoding efforts. c.Develop software tools for interactive visualisation of large mass spectral data sets in three dimensions in order to visualize across multiple dimensions (e.g. abundance, mass, retention time) and using strain specific color coding to discern patterns. Develop software tools to link protein information with genomic data to correlate strain specific genes identified from high throughput DNA sequencing technologies with masses of proteins from mass spectral data, and identified against public protein databases. d.Produce modifications to the InterORF, CompatDNA and PathProt software packages, in consultation with CFSAN, to allow for integration of proteomic and genomic data into a single complete data set for subsequent multivariate data analysis, or for transfer to other data analysis programs. e.Produce modifications to the InterORF, CompatDNA and PathProt software packages to allow for visual displays of the results, and to allow for transfer of the display image to other widely used software packages. f.Produce further modifications needed as a result of on-going laboratory research. RFI Submission Instructions: FDA will not award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted or FDA’s use of such information. Responses will be separated from, and have no bearing on subsequent evaluations of proposals submitted in response to any resulting formal RFP. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Proprietary information is not being solicited. Information considered proprietary, if any, should be identified as such. Responses will be reviewed only by FDA personnel and will be held in a confidential manner. Responses to the RFI should address the following: Companies are encouraged to respond if they have the capability and capacity to provide the services with little or no disruption of services to the current users at the FDA. However, be advised that generic capability statements are not sufficient for effective analysis of respondents' capacity and capability to enable FDA to examine, analyze, review, verify, improve upon existing and develop, if necessary, mechanisms related to food safety and defense (protection) to protect, promote and preserve the public’s health and well-being. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Part A: Technical and Capabilities--Provide a capability statement describing how your institution would enable FDA to provide a framework for developing a common approach to analytical methods in support of food safety in relation to the protection of public health and international trade. Part B: Cost Estimate--Provide a cost estimate for the services and the number of hours to enable FDA to provide a framework for developing a common approach to analytical methods in support of food safety in relation to the protection of public health and international trade. Part C: Organizational Conflict of Interest--If any, provide disclosure of business activities of your company, your affiliates, your team members and affiliates of your team members which create either a conflict of interest or the appearance of a conflict of interest to enable FDA to provide a framework for developing a common approach to analytical methods in support of food safety in relation to the protection of public health and international trade. Part D: Security Requirements--At project completion, while the generated data, information and recommendations are considered public property, describe your ability to provide cleared contractor personnel for the project ensuring data accuracy and integrity. Part E: Business Size—Provide your business size, ie. Small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. Although anticipated NAICS code is identified in the Fedbizopps posting, all NAICS codes will be reviewed. Part F: Small Business--Describe your ability to meet the requirements in accordance with 52.219.14—Limitation on Subcontracting. Responses shall be: 1.Identified with the RFI number; and include: Company’s name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.No more than ten (10) pages in length; 3.NOT submitted using the marketing materials; 4.Submitted to the email as indicated above. SUBMISSIONS ARE DUE no later than 5:00pm, on Tuesday, May 26, 2009, Eastern Standard Time. The RFI response shall be e-mailed to: Karen.petty@fda.hhs.gov. All information received in response to this notice that is marked proprietary will be handled accordingly. FDA makes no implied or in fact contracts by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FDA’s view of the information received. Do not send any material that requires a non-disclosure agreement or identify information that is business sensitive will not be accepted. Responses to this notice will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-09-1056164/listing.html)
 
Place of Performance
Address: 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN01821299-W 20090520/090518235158-e1487d5a3a05fdb6a2e5b2df485b9d23 (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.