SPECIAL NOTICE
66 -- Intent to Sole Source SECTOR PR2 Model 1800 Work Station
- Notice Date
- 8/11/2016
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-16-T-0364
- Archive Date
- 9/10/2016
- Point of Contact
- Wanda D. King, Phone: 3016192376
- E-Mail Address
-
wanda.d.king.civ@mail.mil
(wanda.d.king.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE OF INTENT TO SOLE SOURCE 1. Solicitation Number: W81XWH-16-T-0364 2. Sole Source Title: SECTOR PR2 Model 1800 Work Station 3. Agency: U.S. Army Medical U.S Army Medical Research Institute of Infectious Diseases (USAMRIID), Fort Detrick, Frederick, MD 4. Contracting Office: U.S. Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, Frederick, MD 5. Location: Fort Detrick, Frederick, MD 6. Description: The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a sole source Firm-Fixed Price supply contract to Illumina, Inc. located at 5200 Illumina Way, San Diego, CA 92122 including DUNS 033305264 and CAGE Code 1WCS2. The statutory authority permitting the acquisition of this requirement by other than full and open competition is 41 U.S.C. 1901. The Federal Acquisition Regulation (FAR) citation is 13.501-1(a)(1)(i), and the FAR citation title is "Only one source reasonably available" to include brand name. 7. Background: The U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) has an outstanding national reputation to protect both the Military personnel and civilians from the threat of infectious diseases. USAMRIID plays a vital role in the status of the country's preparedness for biological terrorism and biological warfare and is known the birthplace of medical biodefense operating containment laboratories with extensive training and consultation to other agencies in establishing their own facilities. The requirement is for a MiniSeq System and two (2) reagent kits for the MiniSeq System as one requirement for the purpose of intent to sole source under one requirement. The system sequencing selects agent cDNA and DNA, and based on the size of the instrument as being a benchtop sequencer. Intended use of a platform for diagnostic sequencing based assays for viral and bacterial targets, as well as select agent genomes and polymerase chain reaction (PCR) applications. 8. Scope and Purpose: This requirement is combined with MiniSeq System and two reagents MiniSeq Mid Output of 300 cycles, and MiniSeq High Output of 300 cycles. The system offers a full range for automated generation of DNA clonal clusters by bridge implication, sequencing, and analysis. System will include touch screen monitor, computer, MiniSeq Control Software local run manager analysis, installation, training and one (1) 12 month warranty includes parts and labor. The MiniSeq System and two (2) Reagent Kits have the following Minimum Essential characteristics that are essential to the requirement for USAMRIID: Minimum Essential Characteristics (MECS) MiniSeq sequencer for sequencing select agent cDNA and DNA. Based on the size of the instrument, the sequencing chemistry, throughput, and our established analysis capabilities. 1. Shall be a nucleic acid sequencing system capable of integrating amplification, sequencing, and data analysis into a single platform with a small footprint. We intend to use this platform for diagnostic sequencing based assays for viral and bacterial targets, as well as select agent genomes and PCR applications 2. Shall be a tabletop system with a footprint of no more than 20 inches wide by 24 inches deep and a height no greater than 24 inches in order to fit into the available space. 3. Shall be capable of generating single-end sequence reads up to 300bp in length. 4. Shall be capable of generating paired-end sequencing reads up to 2x150bp in length. 5. Shall be capable of generating at least 7 gigabases of output with 300bp single-end and 2x150bp paired-end sequence read generation workflows. 6. Shall be capable of generating reads with a mean base quality of greater than Q30 for more than 85% of reads from a single sequencing run. 7. Shall be capable of on-instrument base-calling and FASTQ file generation. 8. Shall use sequencing-by-synthesis sequencing technology. Minimum Essential Characteristics (MECS) DSD requires sequencing kits for the Illumina MiniSeq sequencer for sequencing select agent cDNA and DNA. Must be compatible with the Illumina MiniSeq sequencing platform. 9. Shall accept and be capable of sequencing DNA libraries prepared with Illumina-compatible library preparation kits. 10. Shall include the following reagents/consumables per kit: a. sequencing reagents cartridge b. flow cell c. hybridization buffer 11. Shall support dual-indexing. 12. Shall utilize sequence-by-synthesis technology. 13. Shall be capable of generating up to 8 million sequence reads in mid-output operation and up to 25 million sequence reads in high-output operation. 14. Shall be engineered to perform at least 300 cycles of sequencing per DNA molecule. 15. Shall be capable of generating 2 x 150bp paired end sequence reads. 16. Shall have a shelf life of at least 3 months. 17. Shall have a proven record of reliability and vendor support. 18. Shall have a proven record of reliability and vendor support. 9. North American Industry Classification System (NAICS) Code: The NAICS code for this requirement is 334516 size 1000 employees, Analytical Laboratory Instrument Manufacturing. 10. Anticipated Period of Performance: The anticipated period of performance is a 12 months for a standard warranty. A service engineer will install the instrument and verify that is operating properly. 11. Information to Industry: This Notice of Intent to Sole Source is for informational purposes only in accordance with (IAW) Federal Acquisition Regulation (FAR) 5.201 and not a request for competitive proposals. Therefore, no solicitation document exists for this requirement. Interested parties should submit a Capability Statement and pricing information for this requirement within fifteen (15) days of public notice to be considered by the Government. A determination to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses received will be considered solely for the purpose of determining whether to conduct a competitive requirement. 12. Response Due Date: Interested vendors should submit the Capability Statement in response to this Notice of Intent to Sole Source electronically by 4:00 PM (EST) 26 August 2016 via e-mail to the Contract Specialist, Ms. Wanda King, at wanda.d.king.civ@mail.mil. No phone calls will be accepted. 13. Notice Closes: This Notice of Intent to Sole Source closes on 26 August 2016 at 4:00 PM. (EST). 14. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in response to this notice. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-16-T-0364/listing.html)
- Place of Performance
- Address: USAMRIID, 1425 Porter Street, Fort Detrick, Maryland, 21702, United States
- Zip Code: 21702
- Zip Code: 21702
- Record
- SN04219793-W 20160813/160811235100-998a7f1ec9828592faa70eb29c5e4abe (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 |