Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

66 -- Illumina Reagents

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1089880
 
Archive Date
9/21/2011
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is being issued in conjunction with FAR 13.5 Test Program for Certain Commercial Items, as applicable. The solicitation number is 1089880. This solicitation is issued as a Request for Quote (RFQ), full and open competition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 dated August 4, 2011. The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The Food and Drug Administration is soliciting for multiple reagents to be used on an Illumina iScan system and HiSeq 2000 instrument. The Center for Bioinformatics is in need of these reagents for sample preparation for total RNA samples. The 3 reagents below compose a single kit used to prepare, cluster and sequence the RNA samples. Estimated reagents and quantities include: 1 FC-401-3001 TruSeq SBS Kit v3 - HS (200-cycles) Provides kitted reagents for up to 209 cycles of sequencing on the HiSeq sequencing system. Estimated quantity 8. Unit price $__________ 2 FC-121-1001 TruSeq TM DNA Sample Prep Kit -Set A (48rxn with PCR) Kitted reagents for Sample Preparation of 48 DNA samples for single read, paired end, or multiplexing sequencing. Each kit contains 6 unique indexes each index sufficient for 8 individual samples. Estimated quantity 1. Unit price $_______________ 3 PE-401-3001 TruSeq PE Cluster Kit v3 - cBot - HS Provides kitted reagents for PE cluster generation using cBot on Flow Cell v3 - supports TruSeq multiplexing on HiSeq platforms. Estimated quantity 8. Unit price $_____________ Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. FOB Point Destination. To be delivered within 60 calendar days or less after receipt of order (ARO) FOB Point of Delivery for Services and Supplies will be the FDA/NCTR located at 3900 NCTR Road, Jefferson, AR 72079. Payment terms net 30 days after government acceptance. The price shall include delivery to destination and all associated insurance, duties and taxes not otherwise exempt. Standard 1-year minimum commercial warranty is required. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the items/services offered to meet or exceed the Government's requirement. (ii) Past Performance (iii) Price. Technical and past performance, when combined, are significantly more important when compared to price in determining the best value to the government; however price remains a significant factor and must be affordable. The proposals will be analyzed to ensure the fulfillment of the minimum technical specifications as specified above. Proposals considered not to meet the minimum specifications may be excluded from further consideration. The specifications described above should be fulfilled, and all information requested should be provided in order to allow for an appropriate determination of best value. Offerors believing they offer equivalent reagents to the above specifications are encouraged to respond electronically with no less than the following information. Offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered reagents are fully compatible and equivalent to the name brand product. Offeror must provide explicit documentation that equivalent reagents will perform on the existing government owned instruments. Indicate whether the organization is the manufacturer of the items or authorized reseller. Technical capability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product and service offered meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product meets the technical requirements. Offerors shall specifically address the specifications stated above as well as technical specifications, descriptive material, literature, brochures and other information which demonstrates the capabilities of the offeror. Offerors must provide quote along with completing the price in the schedule of items above. Prices shall include all costs associated to include delivery and import duty fees if applicable. Include the firms DUNS number on quote. As technical capability of the instrument becomes essentially equal price may become the ultimate determining factor. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and meeting performance specs. Offerors must include at least three recent contracts within the last 3 years that have purchased the same products as currently offered, and identify company name, point of contact name, telephone number and email address for each contract. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2011), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (JUNE 2010), applies to this acquisition. The following addenda have been attached to the clause. The following additional provisions and/or clauses apply and incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at https://www.acquisition.gov/far/ 52.212-4 (j). Paragraph (j) of the clause is changed to the following: Risk of loss. Risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: Delivery of the supplies to the Government at the destination specified in the contract. 52.204-4 Printed or Copied Double-Sided on Recycled Paper.(MAY 2011) 52.204-7 Central Contractor Registration. (APR 2008) 52.225-8 Duty-Free Entry. (OCT 2010) 52.247-34 F.O.B. Destination (NOV 1991) 52.217-6 Option for Increased Quantity. (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified up to 50 additional units. The Contracting Officer may exercise the option by written notice to the Contractor within: Line Item 1 at time of award or within 180 calendar days after award. Line Item 2 at time of award or within 180 calendar days after award. Line Item 3 at time of award or within 180 calendar days after award. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.201-70 Paperwork Reduction Act (January 2006) 352.202-1 Definitions (JAN 2006) 352.203-70 Anti-Lobbying (January 2006) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations. (OCT 2009) 352.223-70 Safety and Health (January 2006) 352.224-70 Privacy Act (January 2006) 352.227-70 Publications and Publicity (January 2006) 352.231-71 Pricing of Adjustments (January 2001) 352.242-73 Withholding of Contract Payments (January 2006) The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The COR is responsible for: (1) Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) Interpreting the statement of work and any other technical performance requirements; (3) Performing technical evaluation as required; (4) Performing technical inspections and acceptances required by this contract; and (5) Assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) Direct or negotiate any changes in the statement of work; (2) Modify or extend the period of performance; (3) change the delivery schedule; (4) Authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract. The COR for this order is: To be completed at time of award. An original invoice shall be submitted to the attention of the designated Contract Specialist identified below in accordance with the following instructions. An original and two (2) copies shall be submitted to: Food and Drug Administration Nick Sartain 3900 NCTR Road Building 50, Room 422 Jefferson, AR 72079 Or electrically at nick.sartain@fda.hhs.gov To constitute a proper invoice, the Contractor must submit the invoice on company letterhead and include: (i) Name and address of the contractor; (ii) Invoice date and invoice number; (iii) Contract number; (iv) Description, quantity, unit of measure, unit price and extended price supplies delivered or services performed; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent (must be the same as that in the Contract or in a proper notice of assignment); (viii) Name, title, and phone number of person to notify in event of defective invoice; (ix) Taxpayer identification number (TIN). (x) Electronic funds transfer (EFT) banking information. (xi) Name and telephone number of the FDA Contracting Officer's Technical Representative referenced on the contract; and (xii) Any other information or documentation required by the Contract. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (AUG 2011) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 alt I, 204-10, 209-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-15, 52.223-16, 52.223-18, 52.225-5, 52.225-13, and 52.232-33. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 1089880. The offers are due in person, by postal mail or email to the point of contact listed below on or before September 6, 2011 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1089880/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02554910-W 20110901/110830235322-a509b608d90f6e575b75e2478f2d2ac3 (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.