Reagent Adapters Supplies
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 19, 2024 07:11 am EST
- Original Response Date: Jan 26, 2024 11:00 am EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 10, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
- NAICS Code:
- 325413 - In-Vitro Diagnostic Substance Manufacturing
- Place of Performance: Silver Spring , MD 20910USA
Description
Request for Information (RFI)
Reagent Adapters Supplies
General Information:
This is an RFI as defined in FAR 15.201(e) to ascertain whether a commercial item exists that provides the capabilities described herein.
This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI will be treated as business confidential information. Nonetheless, submitters should properly mark their responses if the information is confidential. Responses to the RFI will not be returned. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expense associated with responding to this RFI.
RFI Response and due date: 26 January 2024
Instructions to Responders:
Responses from all capable and qualified sources are encouraged to respond to this request.
White papers should adhere to the following formatting and outline instructions:
1. All submissions shall be made electronically and be in one of the following formats: Microsoft Word or Adobe PDF.
2. Cover Page (1page) • Title • Organization • Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses) • Topic area(s) addressed • NAICS Code
3. Interested parties are asked to respond to this RFI and submit a capabilities statement that supports the focus of this RFI as detailed below. Please review the place of performance requirements. Please submit written responses via email in Microsoft Office 2000 or 2007 format. All responses should be complete: in 12-point font; and not to exceed 3 pages total, including graphics, tables, and appendices.
No hardcopies shall be accepted. No written solicitation document is available at this time. Telephone requests will not be honored, and no bidders list shall be maintained. No inquiries regarding any potential future acquisition activities shall be entertained.
Potential offerors are requested to direct all questions via email to the Point of Contact listed below. Responses are due to the Point of Contact, Mr. Nathaniel Reus at email: nathaniel.a.reus.civ@health.mil no later than 11:00AM ET, 26 Jan 2024
Requirement & Specification:
Consumables for use in Whole Genome Sequencers to be delivered under this contract shall meet the following minimum essential characteristics:
- Contractor shall provide a set of 384 full length Y adapter Unique Dual Indexes (UDIs) designed to mitigate errors introduced by index-hopping.
- Contractor shall have the ability to provide a multiplex capacity of up to 1536 unique indexes.
- Contractor shall have available predesigned sequences balanced to prevent GC bias and color-balanced for 2- and 4-color Illumina sequencers.
- Contractor shall have the ability to implement GMP ISO 13485 grade adapter manufacturing practices for clinical research applications.
- Contractor shall implement a manufacturing process that uses state-of-the-art synthesis, purification methods, designed specifically for NGS adapters.
- Contractor shall perform quality control, such as a functional NGS testing, on each new batch of stocked adapter and indexing primer products to ensure the new batch of adapters and primers produce sequencing libraries that meet MRSN sequencing requirements.
Attachments/Links
Contact Information
Contracting Office Address
- 808 SCHREIDER ST
- FORT DETRICK , MD 21702
- USA
Primary Point of Contact
- NATHANIEL REUS
- Nathaniel.a.reus.civ@health.mil
- Phone Number 3016199209
Secondary Point of Contact
History
- Feb 10, 2024 11:55 pm ESTSources Sought (Original)
- Jan 29, 2024 06:30 am ESTSpecial Notice (Original)