The RFP Database
New business relationships start here

Request for Information (RFI) - NGS Workflow Improvement


District Of Columbia, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

RFI UPDATE: Answers to RFI questions have now been posted as an attachment to the subject RFI.  It is highly advised that you review these responses prior to submitting your final RFI Capability statement submissions.  Please see the attached PDF document titled "Answers to Questions..." for details.


------------------------------------------------------------------------------------------




1.0 Introduction


The Federal Bureau of Investigation (FBI) is issuing a Request for Information (RFI) for Next Generation Sequencing (NGS) Workflow Improvements identify interested parties in industry with capabilities for public review and comment. This RFI is issued in accordance with FAR 15.201(e) for information and planning purposes only. Therefore, it shall not be constructed as a commitment on the part of the Government to award a contract nor does it obligate the Government for costs incurred in the preparation and submittal of proposals in anticipation of a contract. Any subsequent requests for information or solicitations will be announced on the Federal Business Opportunities (FBO) website. It is the responsibility of the prospective offerors to monitor the FBO website for any subsequent release of information.


2.0 Description


The DNA Support Unit (DSU) is in the process of automating Next Generation Sequencing (NGS) workflows in order to support the FBI Laboratory’s DNA program initiative to advance the technologies applied to DNA casework and expand the range of specimens from which probative data can be recovered.
The responses to this RFI will be used to formulate final requirements for a Liquid Handling Platform for NGS sample preparation and to identify qualified manufacturers and vendors capable of meeting those requirements. This RFI outlines preliminary requirements envisioned for the Liquid Handling Platform. Respondents should identify their capabilities that would help fulfill the currently envisioned Liquid Handling Platform requirements as well as any alternative ideas that would improve current concepts. The information gathered in response to this RFI will be used for market research purposes and will further support the Government’s determination to release a formal solicitation.


3.0 Background


To date, all of the Next Generation Sequencing chemistry evaluations have been completed using a ‘manual’ sample preparation workflow. Unlike the conventional sample processing, NGS sample preparation is time-consuming and very sensitive to the added reagent volumes. These two factors are difficult to standardize when a number of individuals with varying skill sets, and multiple volume dispensing apparatuses all of which need to be individually calibrated to the ‘same’ standard are in use.


The FBI DSU is looking to automate the various steps of the sample processing workflow prior to sequencing will maximize the opportunities to obtain reliable and reproducible results. This will also allow the scientists to focus on other tasks while the instrument prepares the samples. In order to automate the NGS workflows, specialized instrumentation is required to handle the various reagents and ensure accurate aspiration and dispensing of such.


4.0 Requested Information


The FBI is requesting Capability Statements in response to this RFI notice. Please indicate the RFI No. RFI-FD-19-STAU-NGS Workflow Improvement in your response and all attachments. No Proprietary information, if any, should be included in this submission. All responses should be written in 12 point font, provided in a Microsoft Office 2013 or later format. Submissions should not exceed 20 pages in total excluding supply lists, pricing information and cover page. Submissions in excess of the page limitation will be disregarded at the discretion of the Government. Capability Statements shall be submitted in the following format and shall address the following requirements:


Capability Statement Requirements


4.1 Section 1 of the capability statement shall provide administrative information, and shall include the following as a minimum:


4.1.1 Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and email of designated point of contact.


4.1.2 Company Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code.


4.1.3 Business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business etc.).


4.1.4 System for Award Management (SAM) registered NAICS codes recommended for this requirement.


4.1.5 The facility security clearance of the offeror.


4.1.6 Any potential Contractor Teaming Arrangements to accomplish FBI’s outlined requirements with subcontractor’s company names, business sizes, DUNs number and CAGE Code.



4.2 Section 2 of the capability statement shall address the vendor's capabilities to meet the following requirements:


4.2.1 A brief statement of interest in the RFI and the ability to provide the requirements as described.


4.2.2 A narrative the company’s capabilities as they relate to the RFI requirements and any recommended improvements to the requirements.


4.2.3 A technical approach to perform the required services described above.


4.2.4 Identification of solutions that require custom design and those that can be met with Commercial Off-The-Shelf (COTS) products. For COTS products, please include product names and identifying part numbers.


4.2.5 Submit a Rough Order of Magnitude (ROM) of the cost for a Liquid Handling Platform for NGS sample preparation as described in the RFI.


4.2.6 Indicate if there are any special shipping or onsite work/facility access requirements for your solution.


4.3 Section 3 of the capability statement shall provide answers to the following questions that will assist the Government in developing the acquisition strategy for this potential requirement:


4.3.1.1 What contract type (e.g. FFP, FPIF CPIF) does your company suggest for successful performance of this requirement?


4.3.1.2 Do you have any recommendations regarding Government wide Acquisition Contracts (GWACs) or General Services Administration (GSA) Schedules that could accommodate the scope of the attached supply list? If yes, please provide specific contract or schedule number(s) to support your recommendations.


4.3.1.3 What information would be required to enable your company to successfully meet or exceed delivery timelines for this requirements?


4.3.2 Recommendations


The responder is invited to provide information and recommendations for fashioning this proposed acquisition. Recommendation areas may include alternative technical approaches, anticipated contract terms & conditions, variations in delivery schedule, contract pricing, data requirements, and any other areas that the responder believes is relevant for the Government to achieve its stated objectives.


5.0 Questions & Responses


Responses to this RFI in the form of Capability statements are due no later than Monday August 26, 2019 at 1:00 pm ET. Please submit all responses via e-mail directly to Mr. Jermaine Williams (Ctr), Contract Specialist at jawilliams8@fbi.gov.


Questions in regards to this RFI are due no later than Friday July 26, 2019 at 1:00 pm ET.  All questions shall be submitted via e-mail directly to Mr. Jermaine Williams (Ctr), Contract Specialist at jawilliams8@fbi.gov.  The Government does not guarantee that questions received after the question due date will be answered.


6.0 Summary


The information provided in the RFI is subject to change at anytime and is not binding to the Government. The FBI has not made a commitment to procure any of the items discussed, and release of this RFI to include all attachments, should not be construed as a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. The FBI may contact one or more respondents to this RFI for more information at its discretion.


Jermaine Williams (Ctr), Contract Specialist, Email JAWILLIAMS8@fbi.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP