SOLICITATION NOTICE
B -- Illumina iSelect Custom DNA Beadchip and MiSeq Product Care
- Notice Date
- 7/13/2016
- Notice Type
- Presolicitation
- NAICS
- 541711
— Research and Development in Biotechnology
- 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-(HG)-2016-208-DM
- Archive Date
- 8/4/2016
- 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 PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). 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. INTRODUCTION: 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 non-competitive sole source basis to Illumina Inc., 9885 Towne Centre Drive, San Diego, California 92121-1975. BRAND NAME: ILLUMINA, INC. PROCUREMENT: 1. iSelect®+ 8x1 LCG Custom DNA Analysis BeadChip; Each 8x1 Infinium iSelect LCG Custom BeadChip supports 2.5M loci, Catalog Number: WG-408-1014, Units: Twenty-Four (24). 2. Shipping and Insurance; and 3. Product Care MiSeq, Comprehensive Plan, Catalog Number: SV-420-1003, Serial Number: M01181, Units: One (1) each; 12-Months Service. BACKGROUND: The National Institute of Health (NIH) mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. The National Human Genome Research Institute (NHGRI) mission has expanded to encompass a broad range of studies aimed at understanding the structure and function of the human genome and its role in health and disease. NHGRI supports the development of resources and technology that will accelerate genome research and its application to human health. A critical part of the NHGRI mission continues to be the study of the ethical, legal and social implications (ELSI) of genome research. NHGRI also supports the training of investigators and the dissemination of genome information to the public and to health professionals. The NHGRI/DIR Cardiovascular Disease Section (CDS), conducts a broad program of clinical and translational research seeking a greater understanding of the genomic basis of human cardiovascular disease. A major component of NHGRI/DIR/CDS research centers on genome-wide genotyping of human subjects to identify markers associated with disease phenotypes. CDS requires genotyping platform designed to include SNPS that are present at detectable frequencies specifically in the African-American population along with the option to include ~200,000 custom markers to be specified by our group. Additionally, the SNP platform needs to be compatible with instrumentation in the NHGRI Genomics Core, which provides genotyping services to NHGRI intramural investigators. PURPOSE AND OBJECTIVES: Genome-wide genotyping of human DNA samples using oligonucleotide microarrays designed to capture single nucleotide polymorphisms (SNPs) detected in the African-American population along with the option to add custom SNPs to the array based on previous research findings. Justification: The goals of CDS include identifying genomic markers associated with common disease phenotypes such as hypertension as well as identifying SNPs that regulate expression of mRNA transcripts (expression Quantitative Trait Loci or eQTLs). Illumina Inc. supports the goals of the CDS. a. Single nucleotide polymorphisms (SNPs) are an important class of genomic variants that are important for detecting regions of the genome associated with disease risk as well as with expression levels of mRNA and non-coding RNA transcripts b. The most cost-effective technology for genome-wide SNP genotyping is currently through microarrays deigned to assay up to five million SNPs simultaneously. Sequencing of complete genomes remains prohibitively expensive. c. Most existing microarrays platform include SNPs that have been identified through large cohorts consisting primarily of Caucasian origin d. The Gibbons lab seeks to utilize a SNP genotyping platform that includes SNP variants not only from Caucasians but also from subjects of African-American ancestry, to complement the ongoing GENE-FORECAST® study which is recruiting African-American subjects from the DC-Maryland-Virginia area e. An additional factor in the choice of SNP genotyping platform is the ability to include a set of up to 200,000 SNPS to be specified by the Gibbons group in the manufacturer's final array design, based upon results from ongoing studies in the MH-GRID and GENE-FORECAST® studies f. Another additional factor in the choice of genotyping platform is compatibility with the laboratory equipment needed to process and scan the microarrays that is currently installed in the NHGRI Genomics Core Facility Principal Investigator. The core provides genotyping services to NHGRI intramural investigators without additional cost and it is imperative that the SNP platform chosen be compatible with the Genomics Core infrastructure g. Based on a combination of the above factors, we have identified the Infinium Multi-Ethnic Genotyping Array (MEGA) from Illumina, Inc. as the only platform meeting criteria (e), (f) and (g) above. h. The MEGA chip includes SNPs from the PAGE (Population Architecture in Genetics and Epidemiology) Consortium and the ADPC (African Diaspora Power Chip) Consortium i. The MEGA array offers the scope for adding 200,00 custom SNPs j. The MEGQA array is compatible with the Illumina Bead Station hardware in the GENomics core facility Service Contract for Illumina MiSeq Sequencer: the instruments procured from Illumina and have proprietary software and patent rights, which cannot be serviced by any other company. Only Illumina can provide service to these equipment and no other vendors are authorized to service these instruments. Illumina designed built, and optimized these instruments for efficient service. Illumina provided proprietary software for these instruments that allows the engineer to diagnose the defect and correct it. These were designed and build to meet the needs of the high-density arrays, and Illumina (and no one else) knows how to make these instruments work for these arrays. A. 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 three 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. B. 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. C. Reporting Requirements and Deliverables: • The Contractor shall provide a summary report of their action after a repair and/or preventive maintenance inspection. D. 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. E. Anticipated Period of Performance: Base Year: Twelve (12) months F. Other Considerations: Illumina has exclusive rights, US Patent # US 7,589,315 and foreign equivalents for the HiSeq, MiSeq and cBot Clusters including trade secret and other proprietary rights. Regulatory Authority: This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b) Soliciting from a single source and is not expected to exceed the simplified acquisition threshold, only one responsible source and no other supplies or services will satisfy agency requirements. This requirement is under the SAT of $150,000.00. Statutory Authority: This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. Additional Information: Industry Classification (NAICS) Code is 541711 Research and Development in Biotechnology and the small business size standard is 1000. 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). The resultant Contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-88-1 (June 15, 2016). This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by July 20, 2016 and must reference synopsis number HHS-NIH-NHLBI-CSB-(HG)-2016-208-DM, 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. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(HG)-2016-208-DM/listing.html)
- Record
- SN04181292-W 20160715/160713235011-39035ed753eb524750c4cde85e07766c (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 |