Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
AWARD

68 -- DNA Cluster Generation and 36 Cycle Sequencing Kits for the Genome Analyzer II

Notice Date
9/8/2008
 
Notice Type
Award Notice
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, ANRI, ASU, 10300 Baltimore Blvd., Bldg. 209 BARC EAST, Beltsville, Maryland, 20705
 
ZIP Code
20705
 
Solicitation Number
3K45JW192
 
Response Due
9/7/2008
 
Archive Date
9/23/2008
 
Point of Contact
John C. Wilkinson,, Phone: 301-504-5799
 
E-Mail Address
john.wilkinson@ars.usda.gov
 
Small Business Set-Aside
N/A
 
Award Number
8JW00347
 
Award Date
9/8/2008
 
Awardee
Illumina, Inc. , 9885 Towne Centre drive, San Diego, California 92121-1975, United States
 
Award Amount
$70,688.45
 
Description
This is a combined synopsis/solicitation for the commercial item identified below, 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; offers are being requested and a written solicitation shall not be issued. This solicitation number is: 3K45JW192, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-26. This solicitation shall be solicited on a unrestricted basis. The North American Industry Classification Code (NAICS) code is 333298. The U.S. Dept. of Agriculture intends to procure the following two items: (1) DNA cluster Generation and (2) 36-cycle sequencing kits for the Genome Analyzer II (Serial Number # 300174) as a (Sole Source Procurement) referencing FAR Clause: 6.302-1 (Only one responsible source can satisfy U.S. Dept. of Agriculture’s minimum requirements for the two items below) from the Manufacturer: Illumina, Inc., and Illumina, Inc. is located in San Diego, California at 9885 Towne Centre Drive. The first item USDA intends to procure is Catalog number: PE-203-1002, Quantity of 2 each, Item Description: 5 PE Cluster Generation Kit-GAII, which are kitted Reagents for PE DNA Cluster Generation on 5 PE GAII flow cells; and the second item USDA intends to procure is catalog number: FC-104-1003 (10011461), Quantity of 26 each, Item Description: 36 cycle sequencing kit, Kitted Reagents for a single run of 35 bases, 8 samples per flow cell. The above two items are for use with the Illumina Analyzer (GA) II, in a research environment. The existing USDA-owned GA II consists of the Cluster Station, Genome Analyzer, and paired-end module, as well as a server and data collection/analysis software. The Cluster Station provides automated clonal amplification on single molecules randomly distributed on a glass surface. The Genome Analyzer sequences the resulting DNA clusters using a (patented) Reversible Terminator Chemistry method. The minimum needs of the GA II are very specific, and as such the reagents must meet or exceed the following list of minimum specifications in full as follows: Shall be compatible with the Genome Analyzer II with paired –end read capability; shall provide automated, solid-phase amplification in an 8-channel flow cell to produce clonal DNA clusters; shall be compatible with Sequencing by Synethesis chemistry using reversible terminators and a DNA polymerase modified to accept reversible terminator nucleotides; shall provide greater than 3 gigabase pairs of filtered, high quality data per sequencing run (paired-end libraries). This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.202-1 Definations; 52-203-5 Convenant Against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-7 Anti-Kickback procedures; 52.204-3 Taxpayer Identification; 52-204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-5 Material Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.216-24 Limitation of Government Liability; In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-34, and 52.222-70. All offerors must include copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Faxed Quotations are acceptable and shall be faxed to John Wilkinson to fax number (301) 504-8696 on or before September 7, 2008. All responses shall be evaluated in order to determine the ability to meet the above stated capabilities. Offerors shall identify where the requested item meets or does not meets each of the Government’s functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date is Sept. 8, 2008. All responsible sources may submit a quotation, which shall be considered by the Agency. This is a combined synopsis/solicitation for the commercial item identified below, 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; offers are being requested and a written solicitation shall not be issued. This solicitation number is: 3K45JW192, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-26. This solicitation shall be solicited on a unrestricted basis. The North American Industry Classification Code (NAICS) code is 333298. The U.S. Dept. of Agriculture intends to procure the following two items: (1) DNA cluster Generation and (2) 36-cycle sequencing kits for the Genome Analyzer II (Serial Number # 300174) as a (Sole Source Procurement) referencing FAR Clause: 6.302-1 (Only one responsible source can satisfy U.S. Dept. of Agriculture’s minimum requirements for the two items below) from the Manufacturer: Illumina, Inc., and Illumina, Inc. is located in San Diego, California at 9885 Towne Centre Drive. The first item USDA intends to procure is Catalog number: PE-203-1002, Quantity of 2 each, Item Description: 5 PE Cluster Generation Kit-GAII, which are kitted Reagents for PE DNA Cluster Generation on 5 PE GAII flow cells; and the second item USDA intends to procure is catalog number: FC-104-1003 (10011461), Quantity of 26 each, Item Description: 36 cycle sequencing kit, Kitted Reagents for a single run of 35 bases, 8 samples per flow cell. The above two items are for use with the Illumina Analyzer (GA) II, in a research environment. The existing USDA-owned GA II consists of the Cluster Station, Genome Analyzer, and paired-end module, as well as a server and data collection/analysis software. The Cluster Station provides automated clonal amplification on single molecules randomly distributed on a glass surface. The Genome Analyzer sequences the resulting DNA clusters using a (patented) Reversible Terminator Chemistry method. The minimum needs of the GA II are very specific, and as such the reagents must meet or exceed the following list of minimum specifications in full as follows: Shall be compatible with the Genome Analyzer II with paired –end read capability; shall provide automated, solid-phase amplification in an 8-channel flow cell to produce clonal DNA clusters; shall be compatible with Sequencing by Synethesis chemistry using reversible terminators and a DNA polymerase modified to accept reversible terminator nucleotides; shall provide greater than 3 gigabase pairs of filtered, high quality data per sequencing run (paired-end libraries). This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.202-1 Definations; 52-203-5 Convenant Against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-7 Anti-Kickback procedures; 52.204-3 Taxpayer Identification; 52-204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-5 Material Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52.216-24 Limitation of Government Liability; In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-34, and 52.222-70. All offerors must include copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Faxed Quotations are acceptable and shall be faxed to John Wilkinson to fax number (301) 504-8696 on or before September 7, 2008. All responses shall be evaluated in order to determine the ability to meet the above stated capabilities. Offerors shall identify where the requested item meets or does not meets each of the Government’s functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date is Sept. 8, 2008. All responsible sources may submit a quotation, which shall be considered by the Agency. Add The Following To Description. This field is required. *:
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eb2af82fd574d8c990eaf19720ba93b7&tab=core&_cview=1)
 
Record
SN01663380-W 20080910/080908221912-eb2af82fd574d8c990eaf19720ba93b7 (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.