Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2012 FBO #3869
SOLICITATION NOTICE

J -- Illumina Service Agreements

Notice Date
6/26/2012
 
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)-2012-194-DEL
 
Archive Date
7/17/2012
 
Point of Contact
Deirdre Lyons, Phone: 3014359068
 
E-Mail Address
deirdre.lyons@nih.gov
(deirdre.lyons@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisition (OA) on behalf of the National Human Genome Research Institute, ( NHGRI ), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Illumina, Inc. (Illumina), 9885 Towne Center Drive, San Diego, California 92121-1975 to procure a one (1) year service agreements for the following equipment: iScan, Serial Number N345, Standard Contract, Part Number SV-102-1002; and Tecan LiHa, Serial Number 708005550, Standard Contract, Part Number SV-121-1002. This is a follow-on requirement. The National Institutes of Health (NIH) is the nation’s leading medical research agency and the primary Federal agency conducting and supporting medical discoveries that improve people’s health and save lives. NHGRI supports the development of resources and technology that will accelerate genome research and its application to human health. Investigators at NHGRI’s Genomics Core use the Illumina I Scan and Liquid Handling Tecan Robot to perform SNP genotyping. These sensitive instruments require exact calibration, which NHGRI is unable to perform in house. Maintenance and upkeep of the equipment is essential because, if either instrument failed to work properly, investigators in the Genomics Core could not continue work and research projects would be disrupted or lost. This sole source determination is based on the fact that Illumina is the sole manufacturer for these instruments and Illuminadoes not authorize any third party service provider to maintain and repair the instruments. Additionally, Illumina’s service agreements include software updates essential upgrades to the proprietary software. Without these upgrades, the Genomics Core would be unable to keep up with the rapid advances Illumina continues to make in their technology. Contractor Requirements Each warranty shall include the following: 1. Full coverage of parts and labor; 2. Unlimited replacement parts and labor; 3. 5 day average on-site response time; 4. All necessary software and hardware updates; and 5. Application support. Government Responsibilities The Government will report any difficulties with the instrument. The government does not furnish any data, property, or facilities. Reporting Requirements and Deliverables The Contractor shall provide a summary report of its action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements The head of each research unit will determine satisfactory service based on response time and the successful repair of the instrument. Industry Classification (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, and the Small Business Size Standard is $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) 05-58 (May 18, 2012). This requirement is under the SAT of $150,000.00. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this synopsis no later than July 2, 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)-2012-194-DEL, may be submitted electronically to Deirdre Lyons at deirdre.lyons@nih.gov. Responses may be submitted electronically Deirdre Lyons at deirdre.lyons@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 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)-2012-194-DEL/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20009, United States
Zip Code: 20009
 
Record
SN02785984-W 20120628/120626234634-aca8ccface0267a6d965949f985cb987 (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.