Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOLICITATION NOTICE

J -- Service Contract for Roche Genome Sequencer FLX

Notice Date
1/12/2012
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-HG-2012-057-DLM
 
Archive Date
1/30/2012
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisition (OA) on behalf of the National Human Genome Research Institute (NHGRI) intends to negotiate and award a purchase order on a noncompetitive sole source basis to Roche Diagnostics, 9115 Hague Road, Indianapolis, IN 46256-1025 to procure a Service Contract for a Roche Genome Sequencer FLX instrument. The sole source determination is based on the fact that National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency conducting and supporting medical discoveries that improve people's health and save lives. The NIH Intramural Sequencing Center (NISC) is a centralized research facility for performing high-throughput, large-scale DNA sequencing and sequence analysis. The Genome Sequencer FLX instrument is a necessary component for our sequencing production process. Maintenance and upkeep is a MUST to maintain productivity at NISC. Failure of equipment will cause a delay in process down the manufacturing production line. Genome Sequencer FLX Instrument is a high-throughput system that can generate more than 1,000,000 individual reads with improved Q20 read length of 400 bases per 10-hour instrument run. This instrument is capable of many applications that include de novo sequencing, re-sequencing of whole genomes and target DNA regions, metagenomics and RNA analysis. The maintenance service contract of the Genome Sequencer FLX Instrument is vital to the human skin biome research and sequencing of microbes for NHGRI research program. Period of Performance: This purchase order is for 12 Months. Contractor Requirements : 1. Roche shall provide service and maintenance of the Instrument, and support for the Software, for a period as defined on this Agreement. The terms "service", "repair" and "maintenance" shall include labor time, travel time, repairs and all necessary warranted parts; the term "support" shall include technical support via telephone and/or modem connection, necessary software updates, diskettes, manuals, and other required documentation. 2. Unlimited on-site emergency service Monday through Friday, 8:00 a.m. to 5:00 p.m. (local time). 3. On-Site response within 24 hours. 4. Technical Support Center: 24-hour technical telephone support. 5. One preventative maintenance visit by Roche Diagnostics representative during each twelve (12) month term of this Agreement. 6. Software updates may be required in order to improve its use and reliability. Such updates shall be covered by this Agreement. Updated Software shall be subject to this Agreement in all respects. Updates shall not extend the defined Agreement coverage period. 7. Covers necessary warranted parts. Government Responsibilities : 1. At all times keep the Equipment in the environmental conditions recommended by the manufacturer. And, protect the Instrument and associated Hardware from all adverse elements, such as dirt, dust and liquids of any kind. 2. Use the Equipment only in accordance with such instructions and recommendations relating to the care and operation of the Equipment as may be issued by the manufacturer of the Equipment or as may from time to time be advised in writing by the Contractor. 3. Not allow any person other than the Contractor's representatives or the Customer's representative working under the Contractor's specific instruction, to maintain, repair or replace any part of the Equipment. 4. Agreement does not cover repairs or software support required to remedy breakdown or damage which results from operator errors, abnormal or unapproved uses, unauthorized installed software or software updates, acts of third parties, viruses, faulty electrical connections, fluctuations or failures in air conditioning, heating or cooling systems and electrical power failures. 5. Normal daily, weekly, monthly, quarterly and semi-annual maintenance services such as the replacement of fuses, lamps, tubes, reagents and probes, as defined in the Operator Manual or Customer Bulletins. Reporting Requirements and Deliverables: • Roche will provide a summary report of their action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements: • NISC accepts the job performed by Roche. If it is a repair, equipment needs to demonstrate continuous performance. The North American Classification System (NAICS) code applicable to this requirement is 811219 and the associated small business size standard is $19.0 Million Per Annum. The acquisition is being conducted under FAR Part 13, simplified acquisition procedures, therefore the requirements of FAR Part 6 B Competitive Requirements are not applicable (FAR Part 6.001) and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-55 (January 3, 2011). This requirement is under the SAT of $150,000.00. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this synopsis, by January 15, 2012 7:30 a.m. Eastern Standard Time. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement. Inquires to this announcement, referencing synopsis number NHLBI-CSB-(HG)-2012-057-DLM, may be submitted to the National Heart, Lung and Blood Institute, Office of Acquisition, COAC Services Branch, 6701 Rockledge Drive, Suite 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell. Response may be submitted electronically to maxwelld@mail.nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative. Note: In order to receive an award from the NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov, and ORCA https://orca.bpn.gov/login.aspx.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-HG-2012-057-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02653635-W 20120114/120112234520-5ac0f916940669badc58dd8f95ded200 (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.