Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

66 -- RECOVERY -- ILLUMINA & COVARIS EQUIPMENT - RFP Package

Notice Date
7/10/2009
 
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)-2009-218
 
Archive Date
8/4/2009
 
Point of Contact
Debra C Hawkins, Phone: (301) 435-0361
 
E-Mail Address
dh41g@nih.gov
(dh41g@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Document Solicitation Number: NHLBI-PB(HG)-2009-218 Title: RECOVERY – Illumina, Inc., Brand Laboratory Instruments & Reagents and Covaris, Inc., Brand Laboratory Instruments 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(HG)-2009-218 and the solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. This acquisition is being conducted under FAR Part 13 – Simplified Acquisition Procedures, Subpart 13.5 —Test Program for Certain Commercial Items and FAR Part 12—Acquisition of Commercial Items. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System code 334516 – Analytical Laboratory Instrument Manufacturing, with a size standard of 500 employees. Market research conducted by the Government through the issuance of a sources sought small business synopsis posted in the FedBizOpps on June 26, 2009, has determined that there is no reasonable expectation of receiving two (2) or more offers from small business third-party resellers that are capable of providing the equipment listed herein of a large business manufacturer. Therefore, the acquisition is being conducted on an unrestricted basis with no set-aside restrictions. This requirement is for the acquisition of brand name only laboratory instruments and reagents manufactured by Illumina, Inc., 9885 Towne Centre Drive, San Diego, CA 92121-1975, a large business and laboratory instruments manufactured by Covaris, Inc., 14 Gill Street, Unit H, Woburn, MA, a small business. The Government’s minimum requirements for the Illumina and Covaris instruments are: (1) Integrated system that is capable of both array-based assays and next-generation sequencing; (2) Compatibility with existing equipment; (3) Cost effective when compared to stand-alone next-generation sequencing equipment; (4) Generation of large amounts of high quality sequencing data; (5) Variety of applications possible; and (6) Flexibility of sample sizes within a run. These minimum requirements are necessary for the laboratory’s ability to continue array-based genotyping while adding the ability to do next-generation sequencing for the follow-up of genomic regions of interest detected via array-based genome-wide association studies. The Illumina brand instruments and reagents, and the Covaris brand instruments were selected for this requirement because their instruments met the Government’s minimum requirements. An example of how the instruments met the Government’s minimum requirements such as the special features of the Illumina iScan Sequencing Module and Cluster Station: 300Mb of data per day, up to 3Gb per flow cell, Range of read lengths possible (25bp – 2x50bp), Multiple applications from a single system: small genome sequencing, targeted re-sequencing, ChIP-SEQ, mRNA-SEQ, small RNA sequencing, Paired-end and single read capable, Ability to multiplex 1-12 samples per lane (8-96 samples per flow cell), Integration of array-based assays and next-generation sequencing into one platform, and compatibility with an existing iScan which will reduced hardware cost versus a stand-alone next-generation sequencing only instrument. These features are not provided by comparable items from the other firms researched. The other companies’ similar products, lacked the particular features, do not meet, and cannot be modified to meet, the Government’s minimum requirements. Therefore, because only the Illumina and Covaris instruments can satisfy this requirement. The following items are being acquired: 1.Illumina Catalog #: SY-301-1301 PRE Genome Analyzer IIX, Special Order Catalog Number SY-301-1301, System includes the Genome Analyzer IIX, Workstation Computer, Flat Panel Monitor, System Software, Installation Kits and Standards, Installation and Training, and 12 months, warranty (including parts and labor). Shipping, handling, and insurance. Quantity: Nine (9) each. Option Quantity: Up to an additional ten (10) each. 2.Illumina Catalog #: SY-301-1302 PRE GAII to GAIIX upgrade option pkg,, Special Order Catalog Number SY-301-1302, Upgrade includes (but not limited to) larger reagent chiller and man ifold. Includes a 90 day warranty on the GAIlX upgrade only (including parts and labor). Shipping, handling, and insurance. Quantity: Three (3) each. Option Quantity: Up to an additional ten (10) each 3.Illumina Catalog #: SY-301-2001 Cluster Station (0100-0004), System includes the Cluster Station, Computer, Flat Panel Monitor, System Software, Installation Kits and Standards, and 12 months parts and labor warranty. Shipping, handling, and insurance. Quantity: Ten (10) each. Option Quantity: Up to an additional ten (10) each. 4.Illumina Catalog #: SE-301-1002 PE Module (Stand-Alone), Includes the Solexa Paired End (PE) Module, Installation Kits and Standards, 12 months parts, and labor warranty. Shipping, handling, and insurance. Quantity: Eight (8) each. Option Quantity: Up to an additional ten (10) each. 5.Illumina Catalog #: SE-301-1003, Genome Analyzer Pipeline Analysis Server, Computer server hardware installed and preconfigured with the Genome Analyzer Pipeline Software. Includes Hewlett Packard support-maintenance package and 3 Year Warranty. Shipping, handling, and insurance. Quantity: Six (6) each. Option Quantity: Up to an additional ten (10) each 6.Illumina Catalog #: SY-l01- 1001 iScan System (110/220V), The IIIumina iScan System is a bench-top reader that utilizes IIIumina's BeadArrayTM technology and includes the iScan Reader, isolation table, computer, installation, and a 1 year warranty. For use in locations with 100-120V/220-240V, 50-60 Hz voltage. Shipping, handling, and insurance. Quantity: Two (2) each. Option Quantity: Up to an additional ten (10) each. 7.Illumina Catalog #: SY-101-2001 PRE iScan Sequencing Module, Special Order Catalog Number SY-101-2001, The iScan Sequencing Module enables sequencing applications to be performed on the iScan System. The module includes fluidics required for next generation sequencing and works with Sequencing-by-Synthesis technology. iScan System, Cluster Station, and data analysis tools are sold separately and are required to use the iScan Sequencing Module. Shipping, handling, and insurance. Quantity: Two (2) each. Option Quantity: Up to an additional ten (10) each 8.Ilumina Catalog #: FC-104-3002, 36 Cycle Sequencing Kit v3, Provides kitted reagents in a master mix format for a single run of 36 bases and allows for improved run performance at longer read lengths. Shipping, handling, and insurance. Quantity: One Hundred Twenty One (121) each. Option Quantity: Up to an additional five hundred (500) each. 9.Illumina Catalog #: GD-203-2002, 10 Single-Read Cluster Generation Kits v2 - GAII, Provides kitted reagents in a master mix format for Cluster Generation on 10 flow cells. Note: To be used only on GAII Systems. Shipping, handling, and insurance. Quantity: Five (5) each. Option Quantity: Up to an additional fifty (50) each 10.Illumina Catalog #: PE-203-1002, 5 Paired End Cluster Generation Kits v2 - GA II, Provides kitted reagents in a master mix format for Cluster Generation on 5 flow cell. Note: To be used only on GAII Systems. Shipping, handling, and insurance. Quantity: Seven (7) each. Option Quantity: Up to an additional fifty (50) each 11.Covaris Item Number: 500003 S2 High Performance Sample Preparation Instrument, Single Sample Processing - Includes Laptop Computer. (Requires Recirculating Chiller - Not Included). Shipping & handling. Quantity: One (1) each. 12.Covaris Item Number: 500117 S2 -DNA Kit, One (1) each of Item Number 500114 Holder,One (1) each of Item Number 400142 Prep Station, Four (4) bags of Item Number 520045 6x16mm 100ul Tube, AFA Fiber, and Cap System (100 tubes total). Shipping & handling. Quantity: One (1) each. 13.Covaris Item Number: 520045, Microtube with AFA Fiver, 25 Tubes and Caps. Shipping & handling. Quantity: One (1) each. 14.Covaris Item Number: 510001, CH01 Recirculating Chiller for use with Covaris Instruments. Shipping & handling. Quantity: One (1) each. 15.Covaris Item Number: 530013, Installation & On-site Training -1/2 Day. Shipping & handling. Quantity: One (1) each. 16.Covaris Item Number: 530006. Full Service Plan for the S-Series. Shipping & handling. Quantity: One (1) each. 17.Covaris Item Number: SFP-DISC. Second Year Service Contract. Shipping & handling. Quantity: One (1) each. The date of delivery and installation is thirty (30) calendar days after the award of the contract. The FOB point is Origin and the acceptance point is Bethesda, Maryland. The provision at FAR 52.212-1, Instructions to Offerors — Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation — Commercial Items, applies to this acquisition. The proposals will be evaluated on price and delivery. Each offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions — Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders — Commercial Items, applies to this acquisition. Proposals are due on July 20, 2009, at 4:00 p.m. local prevailing time, in a “read-only” electronic format via e-mail to hawkinsd@nhlbi.nih.gov citing the solicitation number NHLBI-PB(HG)-2009-218” and the name of firm in the subject line. Contact Debra C. Hawkins via e-mail at hawkinsd@nhlbi.nih.gov or by telephone number at 301-435-0361 for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB(HG)-2009-218/listing.html)
 
Place of Performance
Address: National Institutes of Health, Bethsda, Maryland, 20879, United States
Zip Code: 20879
 
Record
SN01872307-W 20090712/090711001045-330150cb3e50f024a94e580469fc1aa5 (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.