Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2012 FBO #3927
SOLICITATION NOTICE

J -- Illumina HiSeq 2000 Service Contract Agreement

Notice Date
8/23/2012
 
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-2012-271-DLM
 
Archive Date
9/12/2012
 
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), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Illumina Inc., 9885 Towne Centre Drive, San Diego, California 92121-1975 to procure service contracts for the following equipment: 1. Illumina HiSeq 2000, Silver Type Contract, Serial Number: 7001196, Part Number: SV-401-1003, Period of Performance: 12-Months (September 16, 2012 through September 15, 2013). The sole source determination is based on the fact that 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. The National Human Genome Research Institute (NHGRI). The NIH Intramural Sequencing Center (NISC) is a centralized research facility for performing high-throughput, large-scale DNA sequencing and sequence analysis. The HiSeq2000 is a necessary component for our sequencing production process. Maintenance and upkeep is a MUST to maintain productivity at NISC. Failure of equipment will cause a delay in process down the manufacturing production line. Illumina's HiSeq2000s are ultra-high throughput sequencers designed to generate more than 100 billion bases of data in a single run. The system leverages sequencing technology and novel reversible terminator chemistry, optimized to achieve unprecedented levels of cost effectiveness and throughput. It meets the demand of other high technology platforms that reduce the time of complex large-scale sequencing projects. HiSeq2000 systems are powered by Illumina Sequencing technology, which uses a massively parallel sequencing-by-synthesis approach to generate billions of bases of high-quality DNA sequence per run Contractor Requirements : 1. The Contractor shall provide service and maintenance of the Instrument, and support for the Software, for a period as defined on this Agreement. Includes full coverage on parts and labor. 2. The Contractor shall provide On-Site response within 5 business days. 3. The Contractor shall be available for Critical and non-critical updates which 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. 4. The Contractor shall provide full coverage of labor and necessary warranted parts. Government Responsibilities : 1. The Government will keep the Equipment at all times in the environmental conditions recommended by the manufacturer. And, 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. The Government will understand that the 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. The Government will adhere to 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. Reporting Requirements and Deliverables: • The Contractor shall 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, Other Electronic and Precision Equipment Repair and Maintenance and the Business Size Standard is $19.0M Per Annum. 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) 05-60 (July 26, 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 August 28, 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)-2012-271-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 NIH/NHLBI, contractors must be registered and have a valid CCR and ORCA on-line at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-HG-2012-271-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02853568-W 20120825/120824001916-ac11fe91616e50901a1745dd87cbaaa8 (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.