Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
MODIFICATION

66 -- Procurement of One (1) Agilent Magnis Next Generation Sequencing (NGS) Prep System or Equivalent

Notice Date
5/27/2021 6:14:04 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91021Q00102
 
Response Due
6/7/2021 8:00:00 AM
 
Archive Date
06/22/2021
 
Point of Contact
Adam Hernandez, Phone: 2402765633
 
E-Mail Address
adam.hernandez@nih.gov
(adam.hernandez@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Surgery Branch (SB) requires the procurement of one (1) Agilent Magnis next generation sequencing (NGS) prep system or equivalent to provide reproducible results in the laboratory and to assay multiple genes and complex genetic aberrations from genomic DNA including degraded samples. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13 - Simplified Acquisition Procedures. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation, 75N91021Q00102, is issued as a request for quote (RFQ) and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2021-05 (03-10-2021), simplified acquisition procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1,000 employees. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. 1.0 BRAND NAME OR EQUAL This requirement is for the procurement of the brand name or equivalent instrument described in Section 4.0. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement. 2.0 BACKGROUND The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Surgery Branch (SB) is a combined laboratory and clinical research unit devoted to the development of innovative cancer immunotherapies and their translation to the treatment of patients with cancer. The use of high-throughput benchtop sequencers has significantly expedited SB�s effort to develop novel immunotherapies for the treatment of patients with a variety of malignancies that include melanoma, kidney, lung, and bladder cancer. The utilization of a manual NGS prep kit (Whole-exome sequencing (WES) and RNA-Sequencing (RNASeq)) with start to finish timeline of 2-3 days is inefficient to produce sequencing ready samples and therefore SB requires an automated system to produce NGS libraries. Automated NGS library preps provide reproducible results and the ability to assay multiple genes and complex genetic aberrations from genomic DNA including degraded samples. 3.0 TYPE OF ORDER This is a Firm-Fixed-Price Purchase Order. 4.0 PRODUCT FEATURES/SALIENT CHARACTERISTICS The following product features/characteristics are required for the Agilent Magnis Next Generation Sequencing (NGS) Prep System or Equivalent. The required library prep system shall: Use the Magnis SureSelect XT HS kits or equivalent which are the automated version of the existing SureSelect WES XT-HS/HS2 kits that are currently in use within the laboratory. The Magnis NGS library prep kits/reagents or equivalent shall come pre-aliquoted in Polymerase Chain Reaction (PCR) 8-well strips for each NGS protocol (e.g., WES kits). Be able to produce 8 individual WES libraries from post-DNA shearing to sequencing-ready samples in 8-9 hours. This allows the laboratory to process up to 16 samples within a 24-hour time frame. Include a bench-top instrument that self-detects the multiple steps in the NGS library prep protocols. Additionally, the instrument shall self-tune each step as the system is used more and more to produce NGS libraries. Include multiple pre-set protocols for running WES, RNASeq, and other NGS library prep protocols. Provide NGS libraries that are bead-purified on the system allowing for continuous production of samples from start to finish. Include an on-board (PCR) system allowing for hands-free workflow. Have a small footprint not exceeding the following dimensions due to existing laboratory space: (W-25in x D-29in x H-28in). 4.1 DELIVERY / INSTALLATION Delivery shall be within 12 weeks of the Purchase Order award. The Contractor shall coordinate delivery and tracking information with the NCI Technical Point of Contact (TPOC), TBD at award, to anticipate delivery to the best extent possible. All shipping/handling (including FOB) and delivery/installation fees shall be included in the quote. Upon delivery, the Contractor shall notify the TPOC to schedule installation. The installation date and time shall occur within 15 business days after delivery. Installation shall be performed by, or under the direct supervision of, an Original Equipment Manufacturer (OEM) certified operator. The instrument shall be delivered and installed the following location: 10 Center Drive Building 10 CRC Room 3W3857 Bethesda, MD 20892 The TPOC for delivery and installation are below: TBD at award Phone: TBD at award Email: TBD at award 4.2�TRAINING The Contractor shall provide a minimum of a two-hour onsite training for a minimum of three primary users of the equipment. 4.3�WARRANTY The Contractor shall warrant that any instruments, equipment, components, or other supplies (�Supplies�) procured by this purchase are free of defects in design, material, or manufacture for a period of at least 12-months from date of installation. The Contractor shall warrant that all consumables or expendable parts are free of defects in design, material, or manufacture for a period of at least 90 calendar days from date of acceptance by the Government. Supplies which are repaired or replaced shall be warranted for the remainder of the initial warranty period or for 90-days � whichever is greater. 5.0 SUBMISSION INSTRUCTIONS/EVALUATION QUESTIONS Questions must be submitted electronically via email to Contracting Officer, Adam Hernandez, at adam.hernandez@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 1:00 PM EST, Tuesday, June 1, 2021 (06/01/2021). Please be advised that the Government reserves the right to transmit any questions and answers of a common interest to all prospective Contractors. QUOTATIONS Quotations must be submitted electronically via email to Contracting Officer, Adam Hernandez, at adam.hernandez@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 AM EST, Monday, June 7, 2021 (06/07/2021). Reference 75N91021Q00102 on all correspondence. BASIS FOR AWARD & EVALUATION The purchase order will be awarded to the firm that submits the Lowest Price Technically Acceptable (LPTA) quotation. A technically acceptable quote is one in which the quoter(s) complies with the Statement of Need (SON) and does not take exception, nor object to any of the terms of the RFQ. Quotes that are not technically acceptable will not be considered for award. Award will be made on an all or none basis. If you are providing an �equal� product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR Clause 52.211-6. Evaluation and award will be conducted in accordance with the requirements of FAR 13.106. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the quotation. The Government intends to evaluate quotations and make a single award. Quotations should contain the quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to request quote revisions that seek additional price discounts, provide revisions to the technical quote, or clarify aspects of the quote. In the event quote revisions are requested, the Government will not necessarily be seeking revisions from all quoters. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received. GENERAL INSTRUCTIONS This Request for Quotation (RFQ) does not commit the Government to pay any cost for preparation and submission of a quote. In addition, the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. By submitting a quote in response to this solicitation, it is understood that your firm�s quote shall become a part of the official contract file. The Vendor�s quote must stipulate that it is predicated upon all the terms and conditions of this RFQ and signed by an official authorized to bind your organization. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt thereof by the Government. Quotes shall be submitted with a completed copy of FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, located in Section 8.0 attached to this RFQ. Price Quote: The price quotation must contain all information necessary to allow for a comprehensive evaluation of the prices quoted. The quote must also contain the following information: a. Federal Tax Identification Number (TIN); b. Data Universal Numbering System (DUNS) Number; c. Business Size (e.g., small or large) SPECIAL DELIVERY INSTRUCTIONS DUE TO COVID-19 Due to the current COVID-19 pandemic, please pay close attention to the following delivery instructions and ensure that sufficient information is included in the quote to be considered for an award. Please be aware that due to the fluidity of the existing pandemic, instructions may be updated as needed after award. All quotes must include confirmation that equipment is or will be available for delivery by the due date indicated in Section 4.0. Quoters must confirm: Willingness to store or hold equipment until NCI is ready to accept the equipment at no additional cost. The equipment will not be sold to another company in the event NCI is not ready to accept delivery due to unanticipated changes related to COVID-19. Training as identified in Section 4.0 may be made available and provided to required staff at different times and dates at no additional cost. Communicate and follow instructions from the NCI TPOC to coordinate delivery, installation, and training. The delivery address and TPOC�s information will be provided at time of award and must be included as part of the order/shipping label.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2df75b8d342b4caa8904b3a04de7cb60/view)
 
Record
SN06014687-F 20210529/210527230108 (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 |
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.