The RFP Database
New business relationships start here

Chromium Controller System Or Equal for the Stem Cell Translation Laboratory


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Federal Business Opportunities (FBO)
SOURCES SOUGHT NOTICE

1.    Solicitation Number:     HHS-NIH-NIDA-SSSA-SS-2017-739


2.    Title: Chromium Controller System Or Equal for the Stem Cell Translation Laboratory


3.    Classification Code: 66 - Instruments and Laboratory Equipment


4.    NAICS Code: 334516


5.    Description:


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:
To establish and move stem cell technologies forward through a more centralized effort, the National Institutes of Health (NIH) has launched the Stem Cell Translation Laboratory (SCTL) within the National Center for Advancing Translation Sciences(NCATS). SCTL's goal is to bring iPSC technology closer to clinical application, drug discovery and regenerative medicine. Through the SCTL, NCATS will provide researchers across various disciplines and organizations with the ability to establish collaborations to advance the translation of regenerative medicine applications. A Chromium Controller System or equal will be used to conduct regenerative medical research experiments.


Purpose and Objectives:
The purpose of this acquisition is to acquire a Chromium Controller System or Equal to conduct regenerative medical research experiments.


Project requirements:
Contractor shall provide a Chromium Controller System [10X Genomics, Inc. part numbers: 120223, 120257, 120258, 120262, 120267, 1000009] or Equal that meets the following specifications:


•    System must be able to generate barcoded libraries for conducting sequencing with an existing Illumnia DNA sequencing platform
•    System must be able to detect biologically relevant gene expression signals from up to 100,000 individual cells per chip
•    System must characterize novel or rare cell types
•    System dimensions must not exceed 1' width, depth or height and weigh less than 13 lbs.
•    System must be able to reconstruct a diploid genome without the need for a reference
•    System must be able to generate linked-read molecules from >100 kb input molecules.
•    System must be able to recover short sequencing reads that reside in previously unmappable regions of the genome.
•    System must include software packages for DNA analysis and visualization that allows for sequence read demultiplexing, barcode-aware alignment, SNP and SNV variant calling, variant phasing and de novo genome assembly.
•    System must be able to enable long-range phasing for whole genome, whole exome, and targeted resequencing applications to detect haplotypes, compound heterozygosity and balanced and unbalanced structural variant detection.


Anticipated Delivery:
Contractor shall deliver the Chromium Controller System or Equal (3) weeks after receipt of order. On-site training must take place at the customer site within two weeks of arrival by an original equipment manufacturer certified service technician. Delivery and training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday.


Other important considerations:
The Contractor shall provide a 12-month warranty on all equipment, parts and repairs. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the duration of the warranty period.


Capability statement /information sought:
Contractors that believe they possess the ability to provide the brand name or equal system should submit a capabilities statement on their ability to meet each of the requirements to the Contract Specialist.


The Contractor shall directly and specifically state, in the capabilities statement, which project requirements can be meet and/or supplied. The Contractor 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.


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 are not required.


The response is limited to two (2) page limit. The 2-page limit does not include the cover page or executive summary.


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. Facsimile responses are NOT accepted.


The response must be submitted to Michelle Morelli, at e-mail address michelle.morelli@nih.gov.


The response must be received on or before August 23, 2017, 6 PM, 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)."


 


Michelle C. Morelli, Contract Specialist , Phone 3018270914, Email michelle.morelli@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP