SOLICITATION NOTICE
70 -- Clarity LIMS Gold Subscription License for Next Generation Sequencing (NGS) - SOW
- Notice Date
- 8/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- 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
- HHS-NIH-NHLBI-CSB-AR-2015-236-IM
- Archive Date
- 9/23/2015
- Point of Contact
- Iris Merscher, Phone: 3014350365
- E-Mail Address
-
iris.merscher@nih.gov
(iris.merscher@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification Statement of Work i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number HHS-NIH-NHLBI-CSB-AR-2015-236-IM applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective July 2, 2015. (iv) The North American Industry Classification System (NAICS) code is 511210 - Software Publishers, small business size standard is $38.5 Million. This solicitation is unrestricted. The National Institutes of Health (NIH) intends to award a Firm Fixed Price Contract in accordance with the procedures of FAR Part 13. (v) Next Generation Sequencing (NGS) data is a critical component of the research conducted by NIAMS Scientists at the Intramural Research Program (IRP). There has been a steady increase in the use of NGS data in research throughout the NIAMS IRP. The High-Throughput Sequencing Core Facility Manager is now processing up to 300 samples weekly on 3 Illumina Sequencers (HiSeq 2000, HiSeq2500, MiSeq), and the majority of the workflow for submitting the samples for sequencing is a manual process. The current process can no longer effectively support the number of samples submitted for processing. Samples are submitted ad hoc. Currently there is no central repository or management of information about samples or the resulting datasets. For those submitting samples, the process and learning the process is inconsistent as is level of information and quality of information provided with the samples. Increasing awareness and policies regarding reproducibility, and requirements for data sharing and transparency are further driving the need to ensure that best practices and processes for NGS can be consistently applied and executed. The scope and scale of data now being generated by NGS requires a Laboratory Information Management System (LIMS) developed specifically for genomics to support NIAMS Scientists in the preparation, tracking and analysis of sample data and results, as well as to increase the overall quality, integrity and long-term viability and availability of the data. It is the intent of the Government to establish a purchase order to purchase one (1) Clarity LIMS (Gold Edition) and Implementation Services to support the NIAMS Intramural Research Program (IRP) and High-Throughput Sequencing Core Facility. This purchase shall include installation, testing, delivery, and training as specified in Statement of Work. (vi) See attached statement of work with specifications. (vii) NIH NIAMS 9000 Rockville Pike, Bldg. 50, Bethesda, Maryland 20852 (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors - Commercial Items (April 2014). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and delivery in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - The government intends to award a firm-fixed price purchase order. The offerors shall present capability to supply the equipment, software installation, and performance verification. Failure to provide proof of capability may cause the Contracting Officer to deem the quote package incomplete and ineligible for award. The award will be made to the lowest priced technically acceptable offer. This acquisition is being conducted under the Authority of FAR 13.5. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015). The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2015), to include the following clauses listed at paragraph (b): 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3, Convict Labor; 52.222.19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Veterans; 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; (xiii) n/a (xiv) n/a (xv) Due date for submissions is September 8, 2015, 10am ET. All questions should be submitted in writing to iris.merscher@nih.gov. Due to possible email transmission problems it is the contractor's responsibility to verify receipt of quote. (xvi) POC is Iris Merscher, Contract Specialist, 301-435-0365.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-AR-2015-236-IM/listing.html)
- Record
- SN03856456-W 20150828/150826235422-d3b441af32b007ae87ffe20446edc1e1 (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 |