Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

66 -- Instruments and Laboratory Equipment

Notice Date
8/20/2010
 
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
NIAID-NOI-10200
 
Archive Date
9/18/2010
 
Point of Contact
Terry M Knight, Phone: 301-402-2282, John - Foley, Phone: 301-402-2284
 
E-Mail Address
knightte@niaid.nih.gov, jfoley@niaid.nih.gov
(knightte@niaid.nih.gov, jfoley@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 NIAID-NOI-10200 Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44, dated July 8, 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 334516, which has a small-business size standard is 500 employees. The National Institute of Allergy and Infectious Disease (NIAID) intends to procure a genome analyzer upgrade on a sole source basis from Illumina, Inc. Item/Description/Quantity: 1) Item# SY-401-1001, HiSeq 2000 Sequencing System, qty-1; 2) Item# HiSeq4Trade, Upgrade for Genome Analyzer, qty-1, 3) Item# SY-301-2002, cBot Cluster Generation System, qty-1. The genome analyzer will meet the following criteria: (1) integrate seamlessly with pre-existing instrumentation, (2) use parallel sequencing technology for genetic analysis and functional genomics, (3) provide accurate reads using low levels of starting material (as low as 100 ng for many gDNA samples), (4) provide completely automated clonal amplification of single molecules, eliminating variability due to user intervention and eliminating the need for emulsion PCR, (5) automated solid-phase sample amplification to produce clonal DNA clusters for as many as twelve (12) samples per channel for all eight (8) channels simultaneously, (6) generate up to one billion (1,000,000,000) DNA clusters per single-channel run and two billion (2,000,000,000) DNA clusters per paired-end run, (7) each channel in the eight-channel flow cell should generate up to125 million paired-read tags, (8) data analysis software should be able to provide run-time feedback and generate base calls and quality scores as the run completes, (9) perform automated simultaneous clonal amplification of hundreds of millions of single molecule DNA templates producing clusters containing approximately 1,000 identical copies of each original DNA sequence, (10) amplify greater than 96 samples with minimal hands-on time from laboratory staff, and (11) generate up to 200 Gb per run, 2 x 100 bp read length, up to 25 Gb per day. The genome analyzer will be to be used as an upgrade to an analyzer that is already in use in the laboratory under Protocol Z01-AI-005033, A T-Cell Immune Responses to HIV and Other Pathogens. Any attempts to upgrade using another analyzer from other vendors would provide unreliable results. The following factors shall be used to evaluate offers: 1) price, 2) capability to meet required specifications, 3) warranty, and 4) delivery. Delivery is to be made within 60 days from date of award to Bethesda, Maryland 20892. 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; and FAR 52.232.33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 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 Savings Time on September 3, 2010. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52E, MSC 4811, Bethesda, Maryland 20892-4811. 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/NIAID-NOI-10200/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02249020-W 20100822/100820235356-b78f89ebbddf4e1f2c2a6481626347a5 (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.