Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

99 -- Miscellaneous / Biological Material

Notice Date
3/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI10056
 
Archive Date
4/10/2010
 
Point of Contact
Terry M Knight, Phone: 301-402-6162, Tonia L Alexander, Phone: 301-402-2282
 
E-Mail Address
knightte@niaid.nih.gov, talexander@niaid.nih.gov
(knightte@niaid.nih.gov, talexander@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis/Solicitation/Notice of Intent 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; quotations are not being requested and a written solicitation will not be issued for the solicitation number NOI10056, a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-38 dated February 1, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 325414, which has a business size standard of 500 employees. The National Institute of Allergy and Infectious Disease (NIAID) intends to procure various biological kits on a sole source basis from Illumina, Inc. Item/Description/Quantity: 1) 4 PE Sample Prep Kit, #PE-102-1002, qty-1; 2) Multiplexing Sample Preparation Oligonucleotide Kit, #PE-400-1001, qty-1; 3) Multiplexing Sequencing Primer and PhiX Control Kit (Version 2), #PE-400-2002, qty-1; 4) 5 Paired End Cluster Generation Kit (Version 4), #PE-203-4005, qty-1; 5) 36 Cycle Sequencing Kit (Version 4), #FC-104-4002, qty-18; and 6) Shipping and Handling. The desired kits are designed to be compatible with the Illumina Genome Analyzer already in use in the laboratory under the Protocol Z01-AI-005033, T-Cell Immune Responses to HIV and Other Pathogens. Any attempts to change reagents for this particular application at this point would provide results inconsistent with previously gathered data. In addition, the relevance of various projects would be harmed because of the incompatibility of new data with data from previous trial runs; comparison would prove impossible with a change in reagents. Use of another reagent would nullify any technical support provided by the vendor, as well as any guarantees of accuracy made by Illumina regarding results produced using the Genome Analyzer. The following factors shall be used to evaluate offers: 1) price, 2) capability to meet required specifications, and 3) delivery. Delivery shall be made 30 days from date of award. The government will award a fixed price purchase order to the responsible contractor. The FOB terms are 'Destination' and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time on March 26, 2010. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52E, MSC 2811, Bethesda, Maryland 20817-4811. E-mail and Fax submissions are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mail to knightte@niaid.nih.gov. It is the vendor's responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Mr. Terry Knight at (301) 402-6162. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI10056/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02090786-W 20100314/100312235218-195a0eb03a6f590d678b7ab4fa1fdc6a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.