Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2022 SAM #7512
SOLICITATION NOTICE

66 -- Illumina, Inc/ NextSeq 2000 Sequencing System, DRAGEN license, and installation.

Notice Date
6/23/2022 11:08:56 AM
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
22-003737
 
Response Due
6/30/2022 8:00:00 AM
 
Point of Contact
Grace Wong-Darko, Phone: 3014961199
 
E-Mail Address
Grace.Wong-Darko@nih.gov
(Grace.Wong-Darko@nih.gov)
 
Description
INTRODUCTION This is not a request for a quotation. A solicitation document will not be issued and quotations will not be requested. THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) on behalf of the Center for Cellular Engineering (CCE), Clinical Center (CC) at the National Institutes of Health (NIH) intends to negotiate and award a contract without providing for full and open competition (including brand-name) to: Illumina, Inc. 5200 Illumina Way San Diego, California 92122-4616, United States NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard 1,000. � REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2022-06 May 26, 2022. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. GENERAL INFORMATION 1. Title: Illumina, Inc/ NextSeq 2000 Sequencing System, DRAGEN license and installation. 2. Background Information:� The DLM is responsible for providing genetic analyses for NIH patients, which requires instrumentation such as the Illumina NextSeq 2000, a high throughput next-generation sequencer. The Illumina NextSeq 2000 is required to replace an aging Illumina next-generation sequencer (HiSeq 2500) that will soon be obsolesced by the manufacturer, Illumina. Purchase of the new NextSeq 2000 will reduce reagent costs and down time due to instrument break downs necessitating repairs. The new instrument would eliminate the maintenance fluidics washes currently required on the existing system since the NextSeq 2000 is a dry instrument in which all the fluidics are contained in a removable cartridge. The throughput scale of the NextSeq 2000 is also more in line with current sequencing needs of the laboratory. Purchase of the Illumina NextSeq 2000 would also enable the bioinformatics team within the laboratory to maintain their existing established protocols. Sample preparation for the NextSeq 2000 would also permit the continued use of numerous protocols that have already been standardized and thoroughly tested. The NextSeq 2000 can run a variety of genetic analysis applications, including whole exome/genome sequencing and transcriptome analysis. 3. Purpose or Objective: The purpose of acquiring a NextSeq 2000 instruments is to perform a variety of NGS applications to facilitate molecular diagnosis for NIH patients with immune disorders. 4. Delivery: ��90 days A.R .O. � 5. CONTRACTOR REQUIREMENTS Scope of Work: This acquisition package includes the following: 1.����������� NextSeq 2000 Sequencing System, an integrated system for automated generation of DNA clonal clusters by bridge amplification, sequencing, primary analysis, and secondary analysis. System includes embedded touchscreen monitor and on-instrument computer, control software, hardware accelerated Dragen Bio-IT secondary analysis pipelines, installation and training, and 12 months warranty (including parts and labor). Asset Number: D00643 2.����������� NextSeq System, 6-month after trial DRAGEN license (1 year of DRAGEN including trial). For customers who want DRAGEN for 1 year after instrument purchase. This combo will add 6 months to the customer's 6-month trial so that annual DRAGEN license and service contract can be purchased at the same time, 1 year from point of sale. Contract Term: 12.00 months. Billing Frequency: In-Full Advance Invoicing The value factors in one instrument trade-in credit. DLM will return to Illumina and transfer all right, title, and interest in one (1) HiSeq sequencer within thirty (30) days of installation of the NextSeq 2000. Equipment/Supplies/Services 1x NextSeq 2000 Sequencing System 1x NextSeq 2000 Sequencing System installation and operational qulification 1x DRAGEN software license Requirements The deliverables are the NextSeq 200 Sequencing System, a software license and installation and operational qualification tests.� Tasks Delivery of NextSeq 2000 Sequencing System Installation of NextSeq 2000 Sequencing System Performance of Installation Qualification Performance of Operational Qualification 6. Inspections and Acceptance Requirements Julie Niemela from the CC DLM Immunology Service will ����������� Receive NextSeq2000 Sequencing System and ensure that it was shipped under the appropriate conditions ����������� That the packaging integrity is not compromised ����������� That all ordered materials have arrived ����������� That serial numbers match the documentation ����������� Any discrepancies are reported to Service Chief and Illumina ����������� Ensure that the Installation and Operational qualification are completed appropriately ����������� That the NextSeq 2000 Sequencing System is fit for use Logistical Requirements ����������� All materials will be delivered to the RM#2C-335, Building 10 9000 Rockville Pike Bethesda, MD 20892 ����������� Deliveries are 9 AM to 5:30 PM and must be signed for ����������� All packaging must be intact and a packing slip with serial numbers and certificates of analysis or conformance must be supplied along with any calibration certificates and operational software Supply/Services Requirements: The Government requires the following from contractors in order to monitor progress and ensure compliance: *���������� Weekly Status Report��� *���������� Weekly Meetings *���������� Monthly Progress Report *���������� Project Management Team (PMT) Meetings *���������� Program Reviews *���������� Outlines and Drafts Transmittal/Delivery/Accessibility The contractor shall provide [1] hard copies of each deliverable and one electronic version. Government Responsibilities The NIH CC DLM Immunology Service Sequencing Lab (10-2C-335) shall inspect shipments upon receipt and report any damage, defects or errors in shipment to the contractor.� CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION This system is on site and has been validated for use on CC patients.� It would be detrimental to the government to attempt to change systems and quite impossible as these instruments are proprietary and only distributed by Illumina, Inc.� With the continuation of using the same supplies will also help reduces the risk of a disruption in patient care. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10-Market Research. 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 a technical proposal, a cost-price proposal, and the period of performance, 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 June 30th, 2022, 11:00 AM Eastern time and must reference solicitation number 22-003737 via email. Responses may be submitted electronically to Ms. Grace Wong-Darko, Contracting Specialist at Grace.Wong-Darko@nih.gov. Fax responses will not be accepted. ""All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.""
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d083b190311e4af9bbcca59d20199a89/view)
 
Place of Performance
Address: San Diego, CA 92122, USA
Zip Code: 92122
Country: USA
 
Record
SN06367603-F 20220625/220623230126 (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.