The RFP Database
New business relationships start here

Genetic Sequencer for mobile/modular laboratories


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

This is a Sources Sought Synopsis only.
This is a Sources Sought Notice, and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The applicable NAICS codes for this Sources Sought Notice are 334516 and 541715

The Joint Product Manager, Chemical, Biological, Radiological, Nuclear, and Explosive Analytics and Response Systems (JPdM CBRNE A&RS), Aberdeen Proving Ground, MD is conducting market research to identify potential analytical instruments/technologies with the capability to sequence DNA and RNA molecules in a Mobile/Modular Laboratory. The technology should have a simple user interface, easy to operate, and data interpretation should not entail a complex process. The purpose of this announcement is to gather information of state-of-the-art technologies in a bench-top configuration that is suitable for use outside of engineering controls during sample interrogation and adaptable to a mobile environment and allow for easy transportability.


Please address the following in the responses to this RFI:


1. Describe the product's process for sequencing RNA and DNA, capability to sequence full length genomes and/or targeted genomic sequences, and any sequencing analysis software provided/required.
2. Describe the company's capabilities and identify the technology/system's technology readiness level (TRL) and manufacturing readiness level (MRL). How is the company structured to support the product if integrated into a program in the near and long term?
3. What is the maturity of the instrument being recommended? Is it early development, late development, or in production? Has it been fielded to any of the other Government agencies (please identify them)? Is the instrument or system in use within the private sector?
4. What operating system does the product use?
5. What is the lead time for the product? What is the company's production capabilities/limitations?
6. What consumables and ancillary equipment are required to support this instrument? What quantity of consumables are required per analysis? Consumables and ancillary equipment must be fully identified, even if manufactured by vendors other than themselves.
7. Describe the Operator interface (i.e., software, ease of use, data capture, interpretation, and export)
8. Describe the typical operation of system (to include sample preparation); please include estimated times for each of the steps in the process.
9. Describe the physical dimensions of the system, power requirements, costs of the system and consumables required for a single analysis.


All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award. All sources that are able to provide technologies meeting criteria in this announcement should submit their interest to Joint Product Manager CBRNE Analytics and Response Systems


Submissions are due no later than 5:00pm, 28 February 2019, Eastern Standard Time. The RFI response shall be submitted to:


ATTN: Kevin Kearns: kevin.t.kearns.civ@mail.mil
And a copy to the contract specialist Tolu Olojo at tolulope.o.olojo.civ@mail.mil


All information received in response to this notice that is marked proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the government's view of the information received. Responses to this notice will not be returned.


The response to the RFI shall be limited to fifteen (15) pages (8.5" x 11") of English text, excluding test results and reports. It shall be single-spaced, 12 pitch with 1 inch left, right, top and bottom margins.


The respondent must also identify all technical data contained in the white paper that is to be treated by the Government as "subject to restrictive markings". In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the white paper.


Responses should be submitted, as indicated above, and at a minimum, should include: RFI number, company name, address, telephone number, website address (if available), and indicate business size in relation to the NAICS code 334516 and 541715. If available, provide your company's System for Award Management (SAM) Cage Code and DUNS number to verify your business status. Informational paper addressing the areas of interest listed above, brochures, published technical specifications, and 3rd party performance verification. The name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives should also be included.


Tolulope Olojo, Contract Specialist, Phone 4438544984, Email tolulope.o.olojo.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP