Oklahoma Bids > Bid Detail

Next-Generation Sequencing Instrument (NGSI)

Agency: TRANSPORTATION, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159012959571735
Posted Date: Jan 11, 2023
Due Date: Jan 27, 2023
Solicitation No: AC-23-TBD
Source: https://sam.gov/opp/083504b2f9...
Follow
Next-Generation Sequencing Instrument (NGSI)
Active
Contract Opportunity
Notice ID
AC-23-TBD
Related Notice
Department/Ind. Agency
TRANSPORTATION, DEPARTMENT OF
Sub-tier
FEDERAL AVIATION ADMINISTRATION
Office
6973GH FRANCHISE ACQUISITION SVCS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 11, 2023 10:36 am CST
  • Original Response Date: Jan 27, 2023 04:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Oklahoma City , OK 73169
    USA
Description

The Federal Aviation Administration (FAA) Aviation Safety Civil Aerospace Medical Institute (CAMI) Human Factors Research Division, (AAM-500)/Aerospace Medical Research Division (AAM-600) is conducting a Sources Sought Market Survey seeking Interested and Capable Parties to provide the following: (This shall be a brand name specific product, see attached SOW for additional information)



The GEN team seeks to acquire an Illumina NextSeq 2000 NGSI that will allow GEN to process single and paired-end read data from Illumina-compatible libraries, and requires flexibility of flowcell selection to include flowcells that range from 100 million to at least 1 billion single-end reads in a single run. The NGSI must:




  1. permit sequencing at least 1 billion 150 bp single reads passing quality filter (>Q30) in a single run,

  2. produce paired-end and single-end reads with read lengths between 50 and 150 base pairs,

  3. generate sequence data from Illumina-compatible library preparation methods,

  4. provide a selection of available flowcells differing by sequencing read capacity so that smaller sequencing runs may be accomplished at lower cost, and that larger sequencing runs may be pooled onto a larger flowcell.



Further considerations are




  1. Instrument compatibility with available laboratory space and configuration

  2. Instrument capabilities in relation to requirements A-D set forth in the ‘Requirement’ section of the SOW

  3. Instrument operating software included in instrument.

  4. In-depth user training on both instrument and software use is available from the manufacturer.

  5. installation,

  6. an initial warranty period of no less than 1 year.



Please submit a capabilities statement with the following information:



1. Company information, such as: size, product availability, product knowledge and training.



All interested parties are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with Market Survey/Request for Information submissions will be solely at the interested party's expense.



Response to this Market Survey:



This is a market survey only and should not be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of information or proposals to the Contracting Officer.



Any information provided under this market survey will not be released. Any proprietary information submitted will be protected if appropriately marked. No evaluation of vendors will occur and vendor participation in any informational session is not a promise of future business with the FAA.



This information is also being used to determine if the requirement shall be a small business set-aside. Please include the following information: Business Size Standard, including any SBA socioeconomic designations (SDVOSB, 8(a), etc.), Point of Contact with phone number and email and all other submittals.



Please respond no later than January 27, 2023 by 4:00 PM CST. Email to Charity Daniel at Caridad.Daniel@faa.gov.


Attachments/Links
Attachments
Document File Size Access Updated Date
Draft AMEN 3 - NGSI - SOW 2022.11.9.docx (opens in new window)
55 KB
Public
Jan 11, 2023
file uploads

Contact Information
Contracting Office Address
  • AAQ-700, MULTI-PURPOSE BLDG (MPB) 6500 S MACARTHUR BLVD
  • OKLAHOMA CITY , OK 73125
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 11, 2023 10:36 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >