SOLICITATION NOTICE
66 -- Illumina DRAGEN Server, Installation, and 1-Year Software License
- Notice Date
- 9/2/2020 10:19:51 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95020Q00245
- Response Due
- 9/14/2020 9:00:00 AM
- Archive Date
- 09/29/2020
- Point of Contact
- Andrea Clay, Phone: 3014802449
- E-Mail Address
-
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
- Description
- NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Illumina DRAGEN Server, Installation, and 1-Year Software License �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.The solicitation number is 75N95020Q00245 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The Government anticipates award of a firm fixed-price purchase order for this acquisition. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institutes of Health intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Illumina, 5200 Illumina Way, San Diego, CA 92122-4616. This acquisition is conducted as non-competitive for a commercial service and is conducted under the authority of the FAR Part 13 - Simplified Acquisition Procedures, and FAR 13.106-1(b) � Soliciting from a single source. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted that produced no other sources capable of providing this Government requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-08, with effective date August 13, 2020 The associated NAICS code 334516 and the small business size standard 1000.�� This requirement has no set-aside restrictions. DESCRIPTION This requirement is for the following: Illumina DRAGEN Server, Installation, and 1-Year Software License. The Illumina Dynamic Read Analysis for GENomics (DRAGEN) Bio-IT Platform provides secondary analysis of NGS data of genomes, exomes, and transcriptomes, including single-cell RNA-Seq. The accelerated onboard CPU carries out faster implementations of analysis steps including BCL conversion, read mapping and alignment, read sorting, duplicate marking, and haplotype variant calling. The objective of the server is to greatly speed up such steps and provide reproducible, reliable, finished data with quality control. The server will connect to NCATS� existing BaseSpace Sequence Hub cloud account to organize projects and catalog past sequencing runs. The DRAGEN Server and on-board software connects to Illumina sequencing machines and performs data preparation and analysis immediately following completion of library sequencing. The server will make raw data transfer to the NIH Biowulf HPC unnecessary, saving time, and standardize data handling pipelines. Currently NCATS has delays in transfer of raw data to local and HPC servers, compounded by delay in manual initiation of the data pipelines. The software license includes capacity to customize pipelines, so that the stock applications can be integrated with existing in-house analysis steps to suit the project. ������ The Statement of Work is included as Attachment 1 to this Solicitation. ����� The Government anticipates award of a firm fixed-price purchase order for the acquisition. EVALUATION AND AWARD The award resulting from this solicitation will be made to the responsible offeror whose proposal is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability and Price. In the event that multiple quotations are received comparative evaluations will be conducted in accordance with FAR 13.106-2(b)(3). In that case, award will be made to the responsible offeror whose response meets the solicitation�s requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. DELIVERY DATE: The anticipated award date is September 21, 2020. VENDOR AND SUBMISSION REQUIREMENTS �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition, and is incorporated by reference. Offerors must submit a technical proposal addressing the requirements listed in the attached Statement of Work, and a business proposal that includes, at a minimum, price and past performance information. Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with their business proposal. Offerors are to include a completed copy of the provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Survellience Services or Equipment, with their business proposal�see attached. Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All quotations must be received by 12:00 p.m., Eastern Time, on Tuesday, September 14, 2020, and reference the Solicitation Number. Responses must be submitted electronically to Andrea Clay, Contracting Officer, at andreamcgee@nih.gov.� Fax responses will not be accepted.� The name and telephone number of the individual to contact for information regarding the solicitation:�Andrea Clay, Contract Specialist, 301-480-2449. PROVISIONS AND CLAUSES � �The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. Additional contract terms and conditions are as follows: �Addendum to FAR 52.212-4, Supplier License Agreements. The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Entity Code Maintenance (Jul 2016) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014). FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition and is attached. FAR clause at 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020), applies to this acquisition and is attached. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. ATTACHMENTS Statement of Work FAR 52.212-5 FAR 52.212-4 Addendum FAR 52.204-24 FAR 52.204-25
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ed1713a693574778bb6baa16bd1b63b7/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN05784872-F 20200904/200902230145 (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 |