Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2010 FBO #3136
SOURCES SOUGHT

66 -- cBot Cluster Generation System

Notice Date
6/24/2010
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
National Institutes of HealthNational Library of Medicine6707 Democracy BoulevardSuite 700W, Room 773Attn: V. L. GriffinBethesdaMD20892-7511USA
 
ZIP Code
00000
 
Solicitation Number
NIHLM2010053
 
Response Due
7/7/2010
 
Archive Date
8/6/2010
 
Point of Contact
GRIFFIN, VERNE L +1 301 594 7730, griffinv@mail.nih.gov
 
E-Mail Address
GRIFFIN, VERNE L
(griffinv@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This Small Business Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. The National Institutes of Health (NIH) National Institute of Diabetes and Digestive and Kidney Diseases is conducting a market survey to determine the availability and technical capability of qualified small businesses, including 8(a) small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses capable of providing Brand Name or Equal to Illumina cBot Cluster Generation System with the following specifications: SY-301-2002:cBot Cluster Generation System - Automated system for the generation of DNA clonal clusters by bridge amplification. Offers integrated touch screen monitor and computer. Includes 12 months warranty (including, parts and labor). SY-401-1001: HISeq 2000 - The Illumina HiSeq 2000 Sequencing System. System includes workstation computer, flat panel Monitor, HiSeq Control Software, installation kits and standards, installation and training, and 12 months warranty (including parts and labor). SY-301-2002: Discount: 27.2730/0 off on cBot Cluster Generation System SY-401-1001: Discount: 21.7390/0 off on HiSeq 2000 Like most other Institutes at NIH and sequencing centers around the world, NIDDK adopted the Illumina platform sequencer several years ago and it has been very successful. In fact, its success has resulted in a demand for machine time that has exceeded capacity, requiring an upgrade to newer technology developed by Illumina. This new machine will increase sequencing throughput potential 5-fold, will accelerate data acquisition, and will deliver data at reduced operating costs. This upgrade will meet the increased demand of NIDDK while maintaining state-of-the-art-technology. The upgraded equipment will allow for continued use of previously purchased, and very expensive, consumable reagents. The equal item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. This request is for interested firms with the capability of providing the required equipment listed above are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500. All respondents are requested to identify their firms size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Three (3) copies of the capability statement must be received at the address identified in this synopsis no later than 3:00 P.M. local time at designated location on July 7, 2010. Responses by fax or e-mail WILL NOT BE ACCEPTED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizations qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate response to a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2010053/listing.html)
 
Record
SN02187641-W 20100626/100624235447-10a8fa06320f53ebc34f5acf0c303820 (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.