Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOLICITATION NOTICE

J -- MassARRAY System Premier Service Plan

Notice Date
3/9/2012
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HG)-2012-096-DLM
 
Archive Date
3/29/2012
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisition (OA) on behalf of the National Human Genome Research Institute (NHGRI), Inflammatory Disease Section intends to negotiate and award a purchase order on a noncompetitive sole source basis to Sequenom Inc., 3595 John Hopkins Court, San Diego, California 92121-1121 to provide a Premier service plan for NHGRI's Sequenom MassARRAY System. The sole source determination is based on the fact that National Institute of Health (NIH) is the nation's leading medical research agency and the primary Federal agency conducting and supporting making medical discoveries that improve people's health and save lives. The National Human Genome Research Institute (NHGRI), Inflammatory Disease Branch has a critical need for maintenance and repair service plan for Sequenom's MassARRAY technology which is designed for custom-designed, medium to high throughput genotyping that has been optimized to achieve unprecedented levels of cost effectiveness and throughput. Inflammatory Disease Section requires both maintenance and repair service for this critical, but sensitive equipment in order to continue uninterrupted work critical to the mission of the NHGRI. Obtaining maintenance and service without a service contract in place would result in significant equipment down-time and work delays. Sequenom is the sole manufacturer of this system. The parts and software are unique to these instruments and cannot be substituted or supplied by those from other vendors. The engineers from Sequenom have the in-depth proprietary knowledge and training to repair and maintain these complex machines. They also provide updates to the equipment and the software and protocols to conform to the latest available techniques. Sequenom's MassARRAY technology meets the demands of our laboratory for efficient generation of genotypes for fine-mapping regions previously identified by genome-wide association analysis, for validation and association analysis of novel single nucleotide polymorphisms identified via next generation sequencing, and for targeted genotyping performed to identify novel genetic factors associated with complex diseases. A major focus of the laboratory is the genetic analysis of common, but genetically complex diseases. NHGRI work begins with genome-wide association studies that require the genotyping of over 1000 cases and 1000 controls for over 1 million markers distributed throughout the genome. The current system in the laboratory is composed of three parts. 1) The Multimek Liquid Handler is a dedicated robotic system that processes sample reactions in 384-well plates, performing all pipeting post-PCR steps of the genotyping protocol in a semi-automated fashion. The system is currently being used to simultaneously process 384 samples in a single plate for up to 36 different single nucleotide variants (13,824 genotypes per single plate). Custom-designed oligonucleotides are used to PCR amplify up to 36 amplicons in a single reaction. The Liquid Handler is used to pipet the dephosphorylation enzymatic reagents, to add the oligonucleotide extension reagents that are used to extend the complimentary oligonucleotides according to the variants present in the amplicons, and to dispense a cation absorptive resin to prepare the products for analysis by mass spectrometry. This allows the user to custom design assays for the specific sequence variants desired for analysis. 2) The Samsung LT Nanodispenser is a different dedicated robotic system that transfers and dispenses nanoliter quantities of the 384 completed reaction products onto the surface of a matrix-prespotted proprietary 6 square centimeter chip that permits the analysis of the products by matrix-assisted laser desorption time-of-flight mass spectrometry. 3) The Mass Array Compact System functions to separate and detect the reaction products by virtue of tiny differences in mass. The system includes a proprietary state of the art laser driven mass spectrometer, which together with proprietary software, interprets the mass spectra to generate genotypes on the basis of detection of the alternate extension products. The mass spectrometer is controlled by a dedicated computer (the RT workstation) and interacts with a database on a second dedicated computer. The Premier Service Plan Package provides one (1) preventative maintenance visit and unlimited emergency visits. Costs are to include labor, parts and travel. The MassARRAY® System Components covered by the service plan are: 1. MassARRAY Compact System, Premier Service Plan: Compact Serial Number: BA070008, Catalog Number: 63006, RT Workstation Serial Number: 2UA70610K5, Quantity: One (1) Each. 2. SamSung Nanodispenser, Premier Service Plan: Compact Serial Number: B1-0031-BC, Catalog Number: 63003, Quantity: One (1) Each. 3. Multimek Liquid Handler Model, Premier Service Plan, Multimek Serial Number: 304680APS, Catalog Number: 63005, Quantity: One (1) Each. The proposed period of performance for this service will consist of one (12) month base: May 1, 2012 through April 30, 2013, Service Plan. Place of Performance: National Institute of Health, 10 Center Drive, Building 10, Bethesda, Maryland 20892. Contractor Requirements : 1. The Contractor shall provide service and maintenance of the Instruments, and support for the Software, for a period as defined on this Agreement. Includes full coverage on parts (excluding instrument consumable parts) and labor. 2. The Contractor's Response time: a. An authorized agent will respond within 4 business hours (during Sequenom standard business hours) from the time of request for service. b. On-site response time will be within 72 hours of the time a determination is made that a service call is necessary. c. Action time may be extended, depending upon spare parts availability. 3. One preventative maintenance visit by the Contractor's engineer during each twelve (12) month term of this Agreement. 4. Critical and non-critical updates may be required in order to improve its use and reliability. Such updates shall be covered by this Agreement. Updated Software shall be subject to this Agreement in all respects. Updates shall not extend the defined Agreement coverage period. Government Responsibilities : 1. The Government will keep the Equipment at all times in the environmental conditions recommended by the manufacturer. The Government will protect the Instrument and associated Hardware from all adverse elements, such as dirt, dust and liquids of any kind. 2. The Government will use the Equipment only in accordance with such instructions and recommendations relating to the care and operation of the Equipment as may be issued by the manufacturer of the Equipment or as may from time to time be advised in writing by the Contractor. 3. The Government will not allow any person other than the Contractor's representatives or the Customer's representative working under the Contractor's specific instruction, to maintain, repair or replace any part of the Equipment. 4. Agreement does not cover repairs or software support required to remedy breakdown or damage which results from operator errors, abnormal or unapproved uses, unauthorized installed software or software updates, acts of third parties, viruses, faulty electrical connections, fluctuations or failures in air conditioning, heating or cooling systems and electrical power failures. 5. Normal daily, weekly, monthly, quarterly and semi-annual maintenance services such as the replacement of fuses, lamps, tubes, reagents and probes, as defined in the Operator Manual or Customer Bulletins. 6. A Government customer representative will be on-site at all times while the Contractor representative is performing maintenance/repairs. Reporting Requirements and Deliverables: • The Contractor will provide a summary report of their action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements : • The Government will accept the job performed by the Contractor. If it is a repair, equipment needs to demonstrate continuous performance. Industry Classification (NAICS) Code is 811219, with size standard of $19.0M. The acquisition is being conducted under FAR Part 13, simplified acquisition procedures, therefore the requirements of FAR Part 6 B Competitive Requirements are not applicable (FAR Part 6.001).and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-56 (March 2, 2012). This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this synopsis, by March 14, 2012, 7:30 a.m. Eastern Standard Time. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement. Inquires to this announcement, referencing synopsis number NHLBI-CSB-(HG)-2012-096-DLM, may be submitted to the National Heart, Lung and Blood Institute, Office of Acquisition, COAC Services Branch, 6701 Rockledge Drive, Suite 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell. Response may be submitted electronically to maxwelld@mail.nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative. Note: In order to receive an award from the NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov, and ORCA https://orca.bpn.gov/login.aspx.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HG)-2012-096-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02693170-W 20120311/120309235043-a7d8679a181fb2006bc1e8a87e83cd8d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.