SOLICITATION NOTICE
J -- NextSeq 500 System Health Check & �Silver Support Plan� subscription
- Notice Date
- 2/14/2020 9:10:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783 USA
- ZIP Code
- 20783
- Solicitation Number
- W911QX
- Response Due
- 2/21/2020 8:15:00 AM
- Archive Date
- 03/01/2020
- Point of Contact
- Alberta R. Stadtler, Phone: 3013941080
- E-Mail Address
-
alberta.r.stadtler.civ@mail.mil
(alberta.r.stadtler.civ@mail.mil)
- Description
- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS �1.� Class Code: J0 �2.� NAICS Code:� 811219 �3.� Subject: One (1) Job NextSeq 500 System Health Check and one (1) year of the �Silver Support Plan� subscription from Illumina, Inc. for an Illumina NextSeq 500 DNA Sequencer, and two (2) option years of the �Silver Support Plan� subscription from Illumina, Inc. for an Illumina NextSeq 500 DNA Sequencer. �4.� Solicitation Number: W911QX-20-Q-0030 �5.� Set-Aside Code: N/A �6.� Response Date: Five (5) Business Day After Posting �7.� Place of Delivery/Performance:� U.S. Army Research Laboratory 2800 Powder Mill Road Adelphi, MD 20783-1138 8.� ����������������������� (i)� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. INTENT TO SOLICIT ONLY ONE SOURCE The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106-1(b)(1)(i). The name of the company the Government intends to award a contract to is Illumina, Inc., 5200 Illumina Way, San Diego, CA 92121-1975, DUNS: 033305264, CAGE: 1WCS2 based on the fact that as the Original Equipment Manufacturer (OEM), they are the only source capable of providing the aforementioned System Health Check and �Silver Support Plan� subscription for the government-owned Illumina NextSeq 500 DNA Sequencer. This notice of intent is not a request for competitive quotes. However, the Government will consider all quotes received prior to the closing date and time of this solicitation. ������������������������ (ii)� The solicitation number is W911QX-20-Q-0030. This acquisition is issued as a Request for Quotation (RFQ). ������������������������ (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, Effective 15 January 2020. ������������������������ (iv)� The associated NAICS code is 811219. The small business size standard is 22.0 million dollars. ��������������������������(v)� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� �Base Year CLIN 0001:� One (1) Job NextSeq 500 System Health Check and One (1) year of the �Silver Support Plan� from Illumina, Inc. for an Illumina NextSeq 500 DNA Sequencer. Firm Fixed Price (FFP). Option Year One (1) CLIN 0002: One (1) year of the �Silver Support Plan� from Illumina, Inc. for an Illumina NextSeq 500 DNA Sequencer. Firm Fixed Price (FFP) Option Year Two (2) CLIN 0003: One (1) year of the �Silver Support Plan� from Illumina, Inc. for an Illumina NextSeq 500 DNA Sequencer. Firm Fixed Price (FFP) ������������������������ (vi) �Description of requirements: One (1) Job NextSeq 500 System Health Check and One (1) year of the �Silver Support Plan� subscription from Illumina, Inc. for an Illumina NextSeq 500 DNA Sequencer, and two (2) option years of the �Silver Support Plan� subscription from Illumina, Inc. for an Illumina NextSeq 500 DNA Sequencer. ������������������������ (vii) Delivery is One Job (1) Job NextSeq 500 System Health Check, and one (1) base period with a period of performance of one a(1) year, and two (2) option periods (Option Year One (1) and Option Year Two (2)), each with a performance of one (1) year) of the �Silver Support Plan�. � ����������������������� (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition.� The following addenda have been attached to this provision: None. ������������������������ (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� N/A - Notice of Intent to Sole Source. ������������������������ (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. ������������������������ (xi)� The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. ������������������������ (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: �52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST TIER SUBCONTRACT AWARDS (OCT 2018) �52.209-6 PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACT REGISTRATION (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) 52.233-2 52.222-53 EXEMPTION FROM APPLICATION OF THE SERVICE CONTRCT ACT TO CONTRACTS FOR CERTAIN SERVICES-REQUIREMENTS (MAY 2014) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2019) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (DEC 2018) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.204-0007 CONTRACT-WIDE:� SEQUENTIAL ACRN ORDER. (DEC 2019) ����������������������� (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): �52.213-2 INVOICES (APR 1984) 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7015 DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) 252.244-7000 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES (JUN 2013) 252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) Full Text Clauses �LOCAL INSTRUCTIONS: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT SOLICIT ONLY ONE SOURCE TYPE OF CONTRACT ARL/ALC/GARRISON NON-PERSONAL SERVICES (JUL 2012) GOVERNMENT INSPECTION AND ACCEPTANCE EXERCISE OF OPTION TAX EXEMPTION CERTIFICATE SUPERVISION OF EMPLOYEES WORK HOURS ID OF CONTRACTOR EMPLOYEES GOVERNMENT-CONTRACTOR RELATIONSHIPS EXCEPTIONS IN PROPOSAL ADELPHI CONTRACTING DIVISION WEBSITE FOREIGN NATIONALS PERFORMING ������������������������ (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A ����������������������� (xv)� The following notes apply to this announcement:� Prices given in bids shall be in U.S. dollars and valid through the time of payment (30 days after invoicing). ������������������������ (xvi)� Offers are due on five (5) days after posting by 11:59pm EST to alberta.r.stadtler.civ@mail.mil. ������������������������ (xvii)� For information regarding this solicitation, please contact Alberta Stadtler, 301-394-1080, alberta.r.stadtler.civ@mail.mil. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9eb26244c7fa49db9bc714ef72b4eb3e/view)
- Place of Performance
- Address: Adelphi, MD 20783-1138, USA
- Zip Code: 20783-1138
- Country: USA
- Record
- SN05562771-F 20200216/200214230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |