SOLICITATION NOTICE
66 -- Microbial genomic library titration instrument - RFQ
- Notice Date
- 2/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SOL-1066986
- Point of Contact
- Ariana Nijaradze, Phone: 3018277161
- E-Mail Address
-
ariana.nijaradze@fda.hhs.gov
(ariana.nijaradze@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This version of the RFQ contains the fillable price chart. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-38. This announcement constitutes the total small business set-aside solicitation and a written solicitation will not be issued. This synopsis, NAICS code 334516, is to notify contractors that the government intends to issue a Firm Fixed Price Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Any firm that believes it is capable of providing the required service as stated herein may submit a capability statement to document its ability to provide the required services. A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Award will be made to the party whose quote offers the best value to the Government. The Government may award this contract to other than the lowest price technically acceptable quote. This solicitation is issued as a Request for Quotation (RFQ). The Food and Drug Administration (FDA) intends to award a purchase order for a Microbial genomic library titration instrument that supports the Roche 454 Genome Sequencer FLX. Statement of Work (SOW) Background: The FDA requires a titration instrument that will provide significant data on the specific DNA sequence-based genetic structures of several of the most common Salmonella strains associated with human illness caused by the consumption of fresh produce. These data will facilitate the design of specific diagnostic tests for effective detection, identification, and differentiation of foodborne outbreak strains of Salmonella. That is, the full-length genomic data harvested from this project will allow for the identification of effective nucleic-acid and protein based targets for uniquely and unambiguously identifying a specific strain or serovar of Salmonella. All data to be generated will encompass a comprehensive genomic database of Salmonella pathogens within CFSAN that are commonly associated with foodborne outbreaks originating from fresh-cut produce and undercooked poultry and eggs. Scope: The titration instrument shall support two major directives of our department mission. a) Development of methodology for establishing biomarkers particularly for foodborne pathogens; b) and application of analytical methods for the assessing safety and efficacy of regulatory products. Technical Specifications Instrumentation design and Performance work statement: The following specifications represent minimum acceptable criteria. New instrument: Shall be a newly manufactured unit, not used and refurbished or previously used for demonstration. The system must be capable of quantitating DNA libraries down to nanogram quantities for the generation of high quality genomic sequencing reads within a five hour instrument run time. The total average throughput per instrument run is a minimum of 4 samples. This statement above is the acceptable quality level that we need for our DNA library preparation and quantitation for our genomic sequencing projects. The system must be based on the basic technology of this platform uses fluorescent dye and imaging. It must be possible to run the instrument multiple times a week, supporting a wide variety of applications and generating high quality quantitation of DNA for useable genomic sequence data. The platform should come with a computer that can output all of the DNA quantitation reads at an accuracy of 99%. This data output needs to be available within 12 hours of beginning the run of the instrument. The sequencing instrument should come with purchasing, installation, training and service contracts, for up to 5 years of coverage on the service. The platform provides the ability to support the sequencing projects at a number of FDA labs and at a much/drastically/significantly reduced cost compared to traditional Sanger technologies, with a turn around time that can be measured in days instead of weeks. Qualitative data analysis software: The software package shall include processing of raw data files for qualitative sample sequencing calls. The software shall provide the ability to process and review image files. Data analysis should be exportable to non-proprietary software such as Excel, or alternatively an option shall be provided to view results of data analysis on systems not equipped with vendor software, with output such as fasta format or others currently supported by GenBank. Operating system Specific mention shall be made if the operating system is other than Windows XP Professional. Warranty The entire system shall be warranted for parts and labor for two years and should include at least one PM visit during that time. Instrument control, stability and data system: The system shall be user friendly, and easy to learn, with most control feature automatable, while retaining the optional manual operation. The instrument must be capable of automatic mass calibration and automatic optimization of tuning. Tuning parameters must remain stable for a time period designated as reasonable by LBVB operators. Vendors shall submit the names of three laboratories that are currently using the instrument that can be contacted for experienced opinions on the use of their instruments. Installation: The vendor shall demonstrate upon installation that the instrument shall meet all performance specifications claimed in the bids. The instrument will not be accepted until those performance specifications have been met. Sufficient training shall be provided so that LBVB operators may independently operate the instrument. Training: The vendor shall include on-site multiple day training for up to two operators after the instrument has been accepted, and LBVB operators have become familiar with the system. Maintenance: Standard Manufacturer Warranty and additional option years for maintenance. Deliverables: The contractor shall deliver 60 days after receipt of order. Relevant Experience: The contractor shall demonstrate a minimum of three references that demonstrate the same or similar relevant experience to the government or other companies. Price: The vendor shall provide a price in accordance with the requirements of the technical specifications. The proposed price shall include the standard manufacturer’s warranty for two years. Pricing shall be submitted in the format below. Price Chart: CLIN DescriptionUnit PriceTotal Price 0001Titration Instrument 0002Device Subparts 0003Warranty 0004On-Site Training 1001Option Year One-Maintenance 2001Option Year Two-Maintenance 3001Option Year Three-Maintenance 4001Option Year Four-Maintenance Evaluation Criteria 1.Technical Capability: The contractor can provide all of the items listed under the SOW. 2.Relevant Experience: The contract has provided the same or similar experience to the government or other companies within the last 3 years. 3.Price. Technical Capability and Relevant Experience combined are significantly more important than price. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Ariana.Nijaradze@fda.hhs.gov no later than February 23, 2010 at 3:00 PM EST. Telephone calls will not be accepted. QUOTATIONS DUE: All quotations are due, via email to: Ariana.Nijaradze@fda.hhs.gov no later than on February 26, 2010 at 3:00 PM EST. PROVISIONS and CLAUSES: 52.252-2 Clauses Incorporated by Reference This contract incorporates one of more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at http://www.arnet.gov 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAR 2009) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (AUG 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _x_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _x_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). _x_ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) _x_ (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). _x_ (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). _x_ (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (20) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). _x_ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x_ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _x_ (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _x_ (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _x_ (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _x_ (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). _x_ (27) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _x_ (29) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). _x_ (30)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). _x_ (39) 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: N/A (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records?Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor?s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause? (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1066986/listing.html)
- Place of Performance
- Address: 5100 Paint Branch Parkway, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN02065859-W 20100218/100216234422-258cab3daae85cb68023cbf36e6efba0 (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 |