Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

66 -- RECOVERY-Instruments and Laboratory Equipment

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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
RFQNIAID10126
 
Archive Date
9/7/2010
 
Point of Contact
Valerie N. Hankins, Phone: 301-402-5803, John - Foley, Phone: 301-402-2284
 
E-Mail Address
vh90e@nih.gov, jfoley@niaid.nih.gov
(vh90e@nih.gov, jfoley@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This procurement is being issued as a request for quotations. Submit offers on RFQNIAID10126. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-43 dated July 23, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 334516, and the small business size standard is 500. The National Institute of Allergy and Infectious Diseases (NIAID) intend to procure one HiSeq 2000 sequencing system and one cBot based. The HiSeq2000 will have the following specifications: 1) will provide a high accuracy and unprecedent output of up to 200 Gb per run, 2 x 100 bp read length, up to 25 Gb per day, two billion paired-end reads/run; 2) will have a simple touch screen user interface, including on-screen, step-by-step instructions with embedded multimedia help, simplifies run setup; 3) will be capable of processing 200 gene expression samples in a single run; 4) will have a vacuum-controlled loading dock that allows flow cells to be loaded; 5) the system will have real-time progress indicators and remote monitoring; and 6) The system will have both a single or dual flow cell mode. The specifications of the cBot will include the following specifications: 1) The system will have a 2 laser: 630 - 650nm with dimensions of 38cmW x 62cmD x 40cmH; 2) It will have a Mini-ITX Board with Celeron Processor with 1GB RAM, a 80 GB Hard drive, Windows Embedded OS I and an integrated 8 inch Touch Screen Monitor. In addition the vendor will quote on any shipping and handling charges. The vendor will include any installation and warranty charges and on-site training. (Award will be based on: 1) the capability of the item offered to meet the above stated salient characteristics; 2) warranty; and 3) price. Delivery will be made to Bethesda, MD, 20892 within 6 months from the time of the purchase order. The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation 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 or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database 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. The CCR website is http://www/ccr.gov. Copies of the aforementioned clauses are available upon request by telephone to Shirlene Smith at (301) 402-5770. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Time (ET), Monday, August 23, 2010. Offers must be mailed through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE22C, Bethesda, MD, 20892-4811. E-mail and fax submissions are not authorized. Requests for information concerning this requirement are to be addressed to Shirlene Smith at 301-402-5770. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQNIAID10126/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02232862-W 20100808/100807000203-610f4741593052d8987a64358416970f (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.