Federal Business Opportunities (FBO)
SOURCES SOUGHT NOTICE
1. Solicitation Number: NIHDA201800217
2. Title: TruSeq Stranded mRNA Library Prep, TruSeq RNA CD Index Plate, NextSeq 500/550 High Output Kit
3. Classification Code: 6505 -- DRUGS AND BIOLOGICALS
4. NAICS Code: 325413
5. Description: In-Vitro Diagnostic Substance Manufacturing
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement.
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: The Stem Cell Translation Laboratory (SCTL) requires the acquisition of two (2) x TruSeq Stranded mRNA Library Prep (96 Samples), two (2) x TruSeq RNA CD Index Plate (96 Indexes, 96 Samples), and twenty (20) x NextSeq 500/550 High Output Kit v2 (150 cycles) to enable diverse sequencing methods for a variety of sample types and throughput needs.
The TruSeq Stranded mRNA Library Prep provides the clearest, most complete view of the mRNA transcriptome by providing precise assessment of strand orientation, uniform coverage, high-confidence mapping of alternate transcripts and gene fusion events as well as the detection of allele-specific expression. The TruSeq RNA CD Index Plate is an index adaptor that is compatible with the TruSeq Stranded mRNA Library Prep and is imperative to complete the library construction. The NextSeq 500/550 v2 sequencing reagent kits provide SCTL scientists with the power of a high-throughput sequencing system to the desktop with the highest yield of error-free reads. Pre-configured reagent kits for the NextSeq Series Systems provide all the components needed for sequencing on the platform in 3 ready-to-use cartridges (reagent, flow cell, and buffer). In addition, the system automatically performs all steps necessary for template amplification and sequencing without user intervention.
Purpose and Objectives: The purpose of this acquisition is to obtain two (2) x TruSeq Stranded mRNA Library Prep (96 Samples), two (2) x TruSeq RNA CD Index Plate (96 Indexes, 96 Samples), and twenty (20) x NextSeq 500/550 High Output Kit v2 (150 cycles) which are required to continue to perform single cell analysis by the SCTL.
Project requirements:
Item #1: TruSeq Stranded mRNA Library Prep (96 Samples)
• Strand information on RNA transcript
• Library capture of both coding RNA, as well as multiple forms of non-coding RNA that are poly-adenylated
• Reduced total assay time
• Optimized workflows for processing low sample (LS) and high sample (HS) numbers in parallel
Item #2: TruSeq RNA CD Index Plate
• Contains a 96-well plate with 96 uniquely indexed adapter combinations designed for manual or automated preparation of 96 uniquely indexed samples range of samples
Item #3: NextSeq 500/550 High Output Kit v2 (150 cycles)
• Robust base calling and improved signal-to-noise ratio
• Multiple options for both sequencing output and read length
• Simplified reagent cartridge configurations, with improved workflow and cartridge loading
• Intuitive labeling and RFID-encoded reagents
• Optimized chemistry with the latest in sequencing by synthesis (SBS) and bridge-amplification cluster generation
Quantity
Two (2) x TruSeq Stranded mRNA Library Prep (96 Samples)
Two (2) x TruSeq RNA CD Index Plate
Twenty (20) x NextSeq 500/550 High Output Kit v2 (150 cycles)
Anticipated period of performance:
It is required that the vendor provide these items in two (2) shipments per the following instructions:
Shipment #1: One (1) x TruSeq Stranded mRNA Library Prep (96 Samples), one (1) x TruSeq RNA CD Index Plate, and ten (10) x NextSeq 500/550 High Output Kit v2 (150 cycles). Shipment #1 must be delivered on or before June 15, 2018.
Shipment #2: One (1) x TruSeq Stranded mRNA Library Prep (96 Samples), one (1) x TruSeq RNA CD Index Plate, and ten (10) x NextSeq 500/550 High Output Kit v2 (150 cycles). Shipment #2 must be delivered 6 months after Shipment #1 is sent by the vendor.
Capability statement /information sought. Responses shall include a capabilities statement and the following information:
• respondents' opinions about the difficulty and/or feasibility of the potential requirement or proposed acquisition, possible solutions and approaches that may currently exist in the marketplace, and information regarding innovative ideas or concepts;
• information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information;
• general information regarding the respondent's estimate or rough order of magnitude of the effort or time that may be required for completion of the work. (NOTE: This type of information may only be requested as part of an RFI. However, care must be exercised in requesting such information. Information requested must be: (a) necessary; (b) broad in scope; and (c) used for planning purposes only. Detailed estimates must not be requested.);
The respondent must also provide 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.
One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing.
The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. A cover page and an executive summary may be included but is not required.
The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested.
The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted.
The response must be submitted to Jessica Adams, Contract Specialist, at e-mail address [email protected].
The response must be received on or before May 25, 2018, 1:00pm, Eastern Time.
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).