SOLICITATION NOTICE
66 -- RECOVERY-Instruments and laboratory equipment
- Notice Date
- 2/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- RFQ10032
- Archive Date
- 3/4/2010
- Point of Contact
- Reyes Rodriguez, Phone: 301-402-6074, John - Foley, Phone: 301-402-2284
- E-Mail Address
-
rodriguezra@niaid.nih.gov, jfoley@niaid.nih.gov
(rodriguezra@niaid.nih.gov, jfoley@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers on RFQ10025. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-38 dated January 11, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure a Genome Analyzer and accessories (Paired-End Module and Early Access - cBot) that will meet the following specification: 1) Include a two-laser system with wavelengths at 660 nm and 532nm for excitation and detection of fluorophores and a third laser with 635nm wavelength for autofocus calibration. 2) A 4 Megapixel CCD Camera with high-resolution performance. 3) A cooler that supports Reagents greater than 100 bp with continuous unattended sequencing operation. 4) An Instrument Control Computer capable to produce real-time image intensities and quality-scored base calls. 5) 8-Channel Flow Cell able to physically separate samples without gaskets and able to produce up to 12 samples per channel using a single c-Bot. 6) Paired-End Module capable of synthesizing sequencing templates; 7) Automated system for the generation of DNA clonal clusters by bridge amplification with integrated touch-screen monitor. 8) Software capable to analyze data from a variety of sequencing and microarray applications including: DNA resequencing; ChiP sequencing; mRNA sequencing and transcriptome profiling; Array-based DNA copy number analysis; Array-based gene expression; Genotyping. 9) Capability to read 2 X 100 bp length and up to 500 million per flow cell, (200-500 bp short insert paired-end and 2-10kb long insert mate pairs) with automated isothermal amplification to produce clonal single-molecule arrays clusters. 10) Provide installation and training of all equipment within 30 days of delivery. Award will be based on: 1) the capability of the item offered to meet the above stated salient characteristics; 2) warranty; and 3) price. Warranty information to include period and coverage, shall be stated. Inside delivery shall be 30 days after receipt of order (ARO). Delivery will be made to Bethesda, MD, 20892. The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. (B) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The CCR website is http://www/ccr.gov. Copies of the aforementioned clauses are available upon request by telephone to Reyes Rodriguez at (301) 402-6074. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Daylight Time (EDT), February 17, 2010. Offers must be mailed through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE22B, Bethesda, MD, 20892-4811. Requests for information concerning this requirement are to be addressed to Reyes Rodriguez at 301-402-6074. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ10032/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02055766-W 20100204/100202235502-af03711740b374d5a3bac6f0284e6e89 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |