MODIFICATION
J -- Illumina Silver Support Service Contract
- Notice Date
- 5/18/2018
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NIH/NHLBI Dorothy Maxwell,Contracting Officer 6701 Rockledge Drive, Room 6149 (301)827-7729 Bethesda MD 20892-7511 US
- ZIP Code
- 00000
- Solicitation Number
- 75N92018Q0161
- Response Due
- 5/21/2018
- Archive Date
- 6/7/2018
- 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
- THE SOLICITATION PROCUREMENT LINE ITEMS HAVE BEEN AMENDED PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS SOLICITATION NUMBER: 75N92018Q0161 Introduction : THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. 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 REQUIREMENT Procurement: 1. cBot Silver Support Plan, Catalog Number: 20019969, Serial Number: 6001157 and 600631, Quantity: Two (2) Each, 12-Month; 2. HiSeq 2500 Silver Support Plan, Catalog Number: 20019976, Serial Number: D00537 Quantity: One (1) Each, 12 Month; 3. MiSeq Silver Support Plan, Catalog Number: 20019983. Serial Numbers: M00723, M01040 and M01142, Quantity: Three (3) Each, 12 Months; 4. HiSeq 4000 Silver Support Plan, Catalog Number: 20019978, Serial Number: K00417 Quantity: One (1) Each, 12 Month; and 5. NovaSeq 6000 Silver Support Plan, Catalog Number: 20019988. Serial Number: A00428, Quantity: One (1) Each, 12 Month. 6. Autoloader2 Bronze Support Plan, Catalog Number: 20019945, Serial Number: 11139-756, Quantity: One (1) Each, 12 Month. 7. iScan Bronze Support Plan, Catalog Number: 20019958, Serial Numbers: N345 and N0278, Quantity: Two (2) Each, 12 Month. 8. PROD Care LiHa 1 PREVative MAIN Plan, Catalog Number: SV-121-2001, Serial Numbers: 708005550 and 710001279, Quantity: Two (2) Each, 12 Month. 9. Tecan Pre-Contract Inspection, Catalog Number: SV-500-1001, Serial Number: 710001279. Quantity: One (1) Each. North American Industry Classification System (NAICS) Code: The intended procurement is classified under Industry Classification (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard is $20.5M. Regulatory Authority: The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-97, January 24, 2018. This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13 Simplified Acquisition Procedures (SAP). Statutory Authority: The statutory authorities justifying this sole-source acquisition are 41 U.S.C. 253(c)(1), and FAR 6.302-1. The services required are available only from one responsible source based on unique capabilities. Background: The National Institutes 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. NIH provides leadership and direction to programs designed to improve the health of the Nation by conducting and supporting research. The National Human Genome Research Institute (NHGRI) vision and mission is to improve the health of all humans through advances in genomics research, serve as a leading authority in the field of genomics and to accelerate scientific and medical breakthroughs that improve human health. NHGRI does this by driving cutting-edge research, developing new technologies, and The National Human Genome Research Institute (NHGRI) NIH Intramural Sequencing Center (NISC) is a high-throughput sequencing center supporting all institutes within the NIH. NISC has served the NIH community for over fifteen years as a source for high-quality large-scale sequencing and analysis for a wide variety of research projects. The HiSeqs and cBOTs are necessary components for our sequencing production process. Maintenance and upkeep is a MUST to maintain productivity at NISC. Additionally, the NHGRI Genomic Technology Branch (GTB) studies the structure and function of genomes in disease and normal states. The invesitators have developed world-class expertise in a wide range of genomic techniques, including mapping and sequencing of mammalian chromosomes, gene isolation, systematic mutagenesis, developmental genomics, and computanational analysis of DNA and protein sequences. Also, the study of genetic contributions to more common conditions, such as type 2 diabetes and neural tube defects, and investigating how particiular genes may influence normal health and even longetivety. It is key and instrumental to maintian the service contract for the two iScan Autoloaders, two Tecan LiHa which is needed for the scientific investigators to continue their important scientific research. Purpose and Objective: The HiSeqs and cBOTs are critical components of the sequencing production process at NISC. It is vital that the instruments be well maintained and operational in order to allow us to properly support the NIH community's sequencing needs. Illumina is the sole manufacturer of these machines. The parts are unique to these instruments and cannot be substituted by other vendor parts. The engineers from Illumina have the in-depth knowledge and training to repair these complex machines. As next generation sequencing applications expand, so does the demand for our services. NISC currently has one Illumina HiSeq4000, three Illumina HiSeq2500 sequencers, three MiSeq sequencers, three cBot Cluster systems and one cBot2 Cluster system in operation. We are in transition toward more use of the new, more efficient HiSeq4000, which will allow us to increase our data throughput and improve sample turnaround times. Illumina's HiSeqs are ultra-high throughput sequencers designed to generate 1 Tb to 1.5 Tb of data in a single run. The cBot and cBot2 Cluster Systems are standalone, software-controlled systems 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 Systems. The Illumina instruments are necessary components for our sequencing production process. It is vital that they be well maintained and operational so that NISC's work can be completed in a timely fashion. This is particularly critical since NISC is the only sequencing facility at the NIH currently certified to return clinically relevant exome sequencing data to patients. 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. A. 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 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. Period of Performance: Base Year: June 2018 to June 2019 (12 Months)--cbot, HiSeq, MiSeq and NovaSeq; Base Year: July 2018 to June 2019 (12 Months)-Autoloader, PROD Care LiHa and iScan Other Considerations: Illumina has exclusive rights, US Patent # US 7,589,315 and foreign equivalents for the HiSeq, MiSeq and cBot, NovaSeq, Autoloader, iScan and Tecan LiHA including trade secret and other proprietary rights. FAR Clauses: The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. In accordance to FAR clause 52.212-2, Evaluation - Commercial Items is applicable. The Government will award a contract resulting from the notice to the offeror listed above. The contents of the Notice of Intent will be used to evaluate the offer. The Contractor shall demonstrate its ability to provide the services listed in the Notice of Intent to be performed by Contractor outlined throughout the solicitation. In accordance with FAR Clauses: 52.212-4-Contract Terms and Conditions-Commercial Items (May 2015). 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (November 2016). • 52.222-3, Convict Labor (June 2003) (E.O. 11755); • 52.222-21, Prohibition of Segregated Facilities (APR 2015); • 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246); • 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793); • 52.222-50, Combating Trafficking in Persons (MAR 2015). (22 U.S.C. chapter 78 and E.O. 13627); • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513); • 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); and • 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332) Closing Statement: 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 May 23, 2018, 7:30 a.m. Eastern time. Responses must be submitted via emal to Dorothy Maxwell at maxwelld@mai.nih.gov or FedConnect webportal (www.fedconnect.net) via Solicitation Number: Solicitation 75N92018Q0161. Potential Offerors do not need to register to view a notice; however, in order to submit questions and/or response to this Notice, an account will need to be established. Should you require a waiver not to use FedConnect, please contact the Contracting Office: National, Heart, Lung and Blood Institute, Section 3, Branch B, Office of Acquisitions, Office of Management, 6701 Rockledge Drive, Suite 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell, Contracting Officer (maxwelld@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 and include 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/75N92018Q0161/listing.html)
- Record
- SN04927917-W 20180520/180518230513-85661bb5d698ffccb260c023225220c7 (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 |