Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

70 -- Bioinformatics Computer Cluster Systems

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5630 FISHERS LANE, ROCKVILLE, MD 20857
 
ZIP Code
20857
 
Solicitation Number
FDA-090223-S0L-1062094
 
Response Due
9/11/2009
 
Archive Date
3/10/2010
 
Point of Contact
Name: JOSE BUMBRAY, Title: Team Leader, Systems Technology Team, Phone: 301-827-9215, Fax: 301-827-7101
 
E-Mail Address
jose.bumbray@fda.hhs.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 Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is FDA-090223-S0L-1062094 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-11 18:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be College Park, MD 20740 The DHHS FDA Office of Acquisitions and Grants Services requires the following items, Brand Name or Equal, to the following: LI 001, Automated DNA Quantitation System-New Instrument. The system must be capable of quantitating DNA libraries down to nanogram quantities for the generation of high quality genomic sequencing reads within a five hour instrument run time. The total average throughput per instrument run is a minimum of 4 samples. This statement above is the acceptable quality level that we need for our DNA library preparation and quantitation for our genomic sequencing projects. The system must be based on the basic technology of this platform uses fluorescent dye and imaging. The system must be possible to run the instrument multiple times a week, supporting a wide variety of applications and generating high quality quantitation of DNA for useable genomic sequence data. The platform should come with a computer that can output all of the DNA quantitation reads at an accuracy of 99%. This data output needs to be available within 12 hours of beginning the run of the instrument. FDA should be able to collect a minimum of 4 microbial genomic DNA uantifications for each genome and with the data collected over a 12 hour time period. The DNA quantitation instrument should come with purchasing, installation, training and service contracts, for up to 5 years of coverage on the service. The platform provides the ability to support the genomic sequencing projects at a number of FDA labs and at a much/drastically/significantly reduced cost compared to traditional pyro-sequencing titration technologies, with a turn around time that can be measured in days. The system shall include brand name or equal products:Mac OS X Server Maintenace Client(Single Server), D2336Z/A with 24 hoursXserve, 8-Core Z0GM12GB (6X2GB) 065-7840Two 2.93 GHz Quad-Core Intel Xeon 065-7835Accessory kit 065-7880160GB ATA ADM @ 7200-rpm 065-78458x SuperDrive DL (DVD +/- R DL/DVD +/- RW/CD-RW) 065-7859128GB Solid State Drive 065-8114On-board SATA-SAS Controller 065-7843Dual 750W Power Supply 065-7843NVIDIA GeForcs GT 120 with 256MB GDDR3 065-7860160GB Serial ATA ADM @ 7200-rpm 065-7850Rack Mounting Kit- Threaded Hole Rack 065-7877 AppleCare Premium Service and Support for XserveMB595LL/A, 1, LS; LI 002, Qualitative Data Analysis Software. The software package shall include processing of raw data files for qualitative sample. The software shall provide the ability to process and review files. Data analysis should be exportable to non-proprietary software such as Excel, or alternatively an option shall be provided to view results of data analysis on systems not equipped with vendor software, with output such as text format or others currently supported formats. Operating system Specific mention shall be made if the operating system is other than Windows XP Professional. Instrument control, stability and data system The system shall be user friendly, and easy to learn, with most control feature automatable, while retaining the optional manual operation. The instrument must be capable of automatic calibration and automatic optimization of tuning. Tuning parameters must remain stable for a time period designated as reasonable by LBVB operators., 1, EA; LI 003, Installation. The vendor shall demonstrate upon installation that the instrument shall meet all performance specifications claimed in the bids. The instrument will not be accepted until those performance specifications have been met. Sufficient training shall be provided so that LBVB operators may independently operate the instrument., 1, LS; LI 004, Training. The vendor shall include on-site multiple day training for up to two operators after the instrument has been accepted, and LBVB operators have become familiar with the system., 1, LS; LI 005, Warranty. The entire system shall be warranted for parts and labor for two years and should include at least one PM visit during that time. Extended warranties for the System shall be provided for year 1 and year 2. Warranties shall be for the product explicitly stated., 1, LS; LI 006, The contractor shall describe their relevant experience in fulfilling this requirement. Identify other organizations with which you have acted as a contractor while participating in the same or similar efforts. Include the degree of your involvement, the size and complexity of the organization and other information describing your experience.Rererences- Vendors shall submit the names of three laboratories that are currently using the instrument that can be contacted for experienced opinions on the use of their instruments., 1, LS; For this solicitation, DHHS FDA Office of Acquisitions and Grants Services intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHHS FDA Office of Acquisitions and Grants Services is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-090223-S0L-1062094/listing.html)
 
Place of Performance
Address: College Park, MD 20740
Zip Code: 20740
 
Record
SN01945582-W 20090910/090909084947-466ceb64b4a9d47f15e567f214b88988 (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.