1. Solicitation Number: 75N95019Q00224
2. Title: A brand name Illumina iScan System microarray scanner, or equal
3. Classification Code: 66
4. NAICS Code: 334516
5. 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 as a result 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.
Background: Automated robotic Illumina sequencing systems require the use of proprietary reagents to ensure efficient operation and the desired outcomes of the operating systems. llumina has been used successfully by our lab on multiple occasions for genotyping analysis.
Purpose and Objectives: The purpose of this acquisition is to provide equipment to the Laboratory of Neurogenetics for neurodegenerative disease research for the purpose of genotyping samples on Illumina manufactured sequencing systems. This equipment will be used to identify causative genes for neurodegenerative diseases
Project requirements: The contractor shall provide an equipment with features equal to brand Illumina iScan System, Infinium Automation Kit, and Support Plans.
The instruments must include the following features:
The MS system shall:
Be a single unit instrument that is capable of performing:
Whole genome methylation analysis of CpG islands and promoter regions.
Genotyping analysis:
copy number analysis - Copy Number Variations (CNV), Loss of Heterozygosity (LOH) as well as Single Nucleotide Polymorphism (SNP) analysis;
comprehensive cytogenetic analysis (chromosomal abnormalities such as deletions, duplications, inversions, rearrangements and amplifications);
linkage analysis;
Be equipped fluorescence excitation laser and emission detector.
Have 10- or more- fold redundancy for markers.
Be able to interrogate at a minimum 850,000 methylation sites.
The automation kit shall:
Include robotic assay automation hardware.
Be able to automate microarray processing.
Include automation control software that allows running microarray processing workflow for genotyping and methylation analysis.
Have a water recirculator bath for cooling or maintaining a defined temperature of the microarray during processing as well as reagents.
Have temperature control holders to accommodate tubes and microplates.
LIMS ready.
Maintenance plans should also be included.
Non-name brand equivalents must be compatible with existing name brand Illumina equipment.
Anticipated period of performance: Delivery Date of 2 months after receipt of completed purchase order.
Other important considerations: Please include any information about whether or not your brand name item or equal can be purchased through any government contracting vehicles.
Capability statement /information sought.
Small business concerns that believe they possess the capabilities necessary to undertake this work should submit complete documentation of their capabilities to the Contracting Officer. The capabilities statement must specifically address: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the description; (d) quantity; (e) estimated price or cost; (f) shipping, handling, and/or installation charges; and delivery date after receipt of order. The capability statement must not exceed 5 single sided or 2.5 double sided pages in length and using a 12-point font size minimum.
Interested small business organizations are required to identify their size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone numbers of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.
The response must be submitted to Jon Gottschalk, Contracting Officer, at e-mail address [email protected].
The response must be received on or before12:00 PM Eastern Time on July 5, 2019.
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 presolicitation 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).