Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2017 FBO #5605
SOLICITATION NOTICE

J -- Illumina Service Contract--HiSeq, MiSeq and Cbot

Notice Date
3/27/2017
 
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
HHS-NIH-NHLBI-CSB-(HG)-2017-101-DM
 
Archive Date
4/15/2017
 
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. THIS IS A FOLLOW-ON RENEWAL The following systems for this service contract renewal: 1. Product Care cBot, Comprehensive Plan, Part Number: SV-304-1003, Serial Numbers: 600323, 6001157, and 600631, Quantity: Three (3) Each, 12-Months; 2. Product Care MiSeq, Comprehensive Plan, Part Number: SV420-1003, Serial Number: M00723, M01040 and M01142, Quantity: Three (3) Each, 12 Months; and 3. Product Care HiSeq 2500, Comprehensive Plan, Part Number: SV-402-1003. Serial Numbers: HSQ-D00327, 7001404F and HSQ-D00537 Quantity: Three (3) Each, 12 Months. Background: 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. The National Human Genome Research Institute (NHGRI), mission continues to be the study of the ethical, legal and social implications (ELSI) of genome research. The NIH Intramural Sequencing Center (NISC) is a centralized research facility for performing high-throughput, large-scale DNA sequencing and sequence analysis. Illumina's HiSeqs are ultra-high throughput sequencers, which use a massively parallel sequencing-by-synthesis approach designed to generate more than 100 billion bases of data in a single run. It meets the demand of other high technology platforms that reduce the time of complex large-scale sequencing projects. The cBot Cluster System is a standalone, software-controlled system for the automated generation of clonal clusters from single molecule fragments on Illumina HiSeq flow cells. It is the heart of the sequencer workflow, making the clonal amplification of samples fast and simple. The MiSeq System provides a fast and cheaper approach for the quality control (QC) of the prepared library samples before they are loaded onto the more expensive HiSeq instruments. The MiSeqs, HiSeqs and cBOTs are necessary components for our sequencing production process. Purpose and Objectives: The MiSeq, HiSeq 2500 and cBot systems are necessary components for NISC/NHGRI 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. The parts are unique to these instruments and cannot be substituted by other vendor parts. It is vital that the instruments at NISC be well maintained and operational so that the work can be completed in a timely fashion. 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: Twelve (12) months (June 5, 2017 through June 4, 2018) 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. 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. Closing Statement: Industry Classification (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard is $20.5M. 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) 2005-94,2005-95 (January 19, 2017). 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 March 31, 2017 and must reference synopsis number HHS-NIH-NHLBI-CSB-(HG)-2017-101-DM by 7:30 a.m. Eastern Time, 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 shall contain the following." 1. Name of Contracting Organization; 2. Solicitation number; 3. Contract Type; 4. Total Contract Value and Discounts; 5. Description of Requirement; 6. North American Industry Classification System (NAICS) Code; and 7. DUNS, TIN or EIN Number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(HG)-2017-101-DM /listing.html)
 
Record
SN04448837-W 20170329/170327235056-3162ae25f7a5f9c5d9a2924a7868b8f1 (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.