Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2006 FBO #1804
SOLICITATION NOTICE

66 -- Instruments and laboratory equipment

Notice Date
11/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NHLBI-PB-(HL)-2007-008-DDC
 
Response Due
11/13/2006
 
Archive Date
11/28/2006
 
Description
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. The solicitation number is NHLBI-PB(Hl)-2007-008-DDC, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 05-13. The North American Industry Classification System (NAICS) is 334516, and size standard 500 employees are used for this requirement. There are no small business set-aside restrictions for this requirement. This acquisition is being conducted under simplified acquisition procedures in accordance with the provisions of FAR Part 13. The National Heart, Lung, and Blood Institute (NHLBI), Operations Acquisition (OA) intends to purchase a Solexa, Inc., brand Genome Analysis System. The brand name determination is based on the fact that the Solexa clonal single molecular array technologies combined with their sequencing by synthesis (SBS) technique on the Solexa IG Genome analyzer can identify perfectly 25 bp sequence tag from each CHIP DNA molecule in the library and therefore allow the Laboratory of Molecular Immunology (LMI), to identify the chromatin locus that is associated with the modification. Without this efficient identification of endogenous chromatin regions, the LMI will not be able to complete the studies on the function of the chromatin in regulation of genome expression. Solexa Inc., is the manufacturer of the equipment and accessories that meets the government?s minimum needs. Therefore, it is in the governments best interest of the Government to purchase the Solexa brand to support its on- going research. The government?s estimated delivery is 150 days after receipt of order. The items to be purchase are: Item (1) Solexa Genetic Analyzer, Part # 0100-0007, quantity one (1) each, the system consists of the following specifications: The Solexa 1G Genetic Analyzer, Dell Workstation Computer, 19" flat monitor, system software, installation kits and standards. Item (2) Solexa Cluster Station, Part #0100-0004, quantity one (1) each, the system consists of the following specifications: The Solexa Cluster Station, Dell Optiplex Computer, 15" flat panel monitor, systems software. Both systems require installation kits, standard installation, training and a one (1) year warranty parts and labor. The system shall have the following features: The Solexa clonal single molecular array technology combined with sequencing-by-synthesis (SBS) technique on the Solexa 1G Genome analyzer can identify perfectly 25 bp sequence tag from each ChIP DNA molecule in the library and therefore allow the Laboratory of Molecular Immunology (LML) to identify the chromatin locus that is associated with the modification. Without this efficient identification of endogenous chromatin regions, the researchers are not able to complete the studies on the function of a chromatin in regulation of genome expression. The provisions of FAR Clause 52.212-1, Instructions to Offeror-Commercial Items, apply to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The evaluation procedure is based upon the technical specifications of the required products and delivery period in this synopsis. The award will be made to the lowest price, technically acceptable quote meeting the Government?s requirements. The offerors must submit written descriptive literature of the product in their proposal, an itemized price list and warranties of the product quoted. The Government intends to evaluate offerors and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda to the clause read as follows: The offeror must include in their quotation, the unit price, the list price, Installation, 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. The Offeror must also be registered in the Government Contractor Registry System, available at http://WWW.ccr.gov. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://WWW.arnet.gov/far.
 
Place of Performance
Address: BETHESDA, MD
Zip Code: 20892-7902
Country: UNITED STATES
 
Record
SN01174996-W 20061104/061102220315 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.