Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

66 -- MassARRAY Compact System

Notice Date
6/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HG)-2009-208-TMB
 
Archive Date
7/15/2009
 
Point of Contact
Tracy Brooks, Phone: (301) 435-0369, Joanna M. Magginas, Phone: (301) 435-0360
 
E-Mail Address
brookstr@nhlbi.nih.gov, jb532r@nih.gov
(brookstr@nhlbi.nih.gov, jb532r@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NHLBI-PB-(HG)-2009-208-TMB 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 2005-33 (6/15/2009). The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. This solicitation is set aside for small business. It is the intent of the National Institutes of Health (NIH) National Heart, Lung and Blood Institute (NHLBI) to procure the services from Sequenom, Inc., 3595 John Hopkins Court, San Diego, CA 92121-1121 for the following: 1.Catalog Number: 10920-1, MassARRAY Compact System with Server and RT workstation, includes: MassARRAY Analyzer Compact MALDI-TOF Mass Spectrometer for separation, detection and characterization of the analyte molecules from SpectroCHIP arrays, MassARRAY RT Workstation for real-time data analysis, MassARRAY Server for data management and Compact Laser MNL 103-PD. 2.Catalog Number: 10118, MassARRAY Clean Resin Tool Kit (no charge) The sole source determination is based on the fact the data acquisition and system control for all MassARRAY platforms is via proprietary software developed by Sequenom. The computer workstation dedicated to these tasks was developed with software modules such that all data obtained through the MALDI-TOF is controlled through this workstation software and not through vendor software for the genetic analysis applications. Once data is obtained from each sample the electronic signal is processed and analyzed using each individual software application. (i.e. genotyping, quantitative gene expression, methylation analysis, etc.) Ultimately this method of data processing and acquisition is unique for Sequenom and other vendors only supply small portions of this solution. However, the solutions provided by other vendors are often slower and less specific then that delivered by Sequenom requiring greater user intervention and technique (manual sample analysis) resulting in more time and inconsistencies. The MassARRAY therefore provides a fully integrated turn-key system platform for a range of genetic analysis applications. The specific Sequenom MassARRAY Compact System is required to complement the high throughput genotyping system currently used in the laboratory. These scanners are custom designed for this genotyping process. This process has been utilized for eleven years. There are no other manufacturers that make a compatible scanner for this high throughput system. The MassARRAY system is fully compatible with the current instruments and the database which archives and tracks the genotyping process. No other manufacturer can supply an instrument that meets these requirements. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation and Price. 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. This action is under the authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1 and HHSAR 306-302-1. Only one responsible source and no other supplies or services will satisfy agency requirement. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations however; all responses received within five (5) days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, 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. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due five (5) calendar days from the publication date of this synopsis or by June 30, 2009, 7:30am Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB-(HB)-2009-208-TMB. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung and Blood Institute, 6701 Rockledge Blvd., Room 6149, Bethesda, Maryland 20892, Attention: Tracy Brooks. Responses may be submitted electronically to brookstr@nhlbi.nih.gov. Faxed copies will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HG)-2009-208-TMB/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01856976-W 20090627/090626000156-7588bc63e3dd1039b1a74e8e6db86aad (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.