Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
SOURCES SOUGHT

J -- Illumina Service Contract for Varies Sequencing Systems

Notice Date
1/25/2016
 
Notice Type
Sources Sought
 
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
HHS-NIH-NHLBI-CSB-(HG)-SBSS-2016-070-DM
 
Archive Date
2/16/2016
 
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 Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice." The capability statement should be submitted electronically (via email) to Dorothy Maxwell, Contracting Officer, at maxwelld@mail.nih.gov, on February 1, 2016, 7:30 AM, Eastern Time (EST), Solicitation Number: HHS-NIH-NHLBI-CSB-SBSS-(HG)-2016-070-DM. All responses must be received by the specified due date and time in order to be considered. Interested Parties capable of providing under the North American Industry Classification System (NAICS): Other Electronic and Precision Equipment Repair and Maintenance Code: 811219 with a size of $20.5 M Per Annum. Procurement: Silver Service Contracts for the following equipment: cBot Cluster, HiSeq 2500 and MiSeq (Specified Brand Name: Illumina) MUST BE LICENSED ILLUMINA ENGINEER AND TECHNICIAN. The following systems for this service contract : 1. Product Care cBot, Comprehensive Plan, Part Number: SV-304-1003, Serial Numbers: 600323, 600290, 6001157, and 600631, Quantity: Four (4) Each, 12-Months; 2. Product Care MiSeq, Comprehensive Plan, Part Number: SV420-1003, Serial Number: M00723, M01040 and M01142, Quantity: Three (3) Each, 12 Months; and 3. HiSeq 2500-Silver Type Contract, Part Number: SV-402-1003. Serial Numbers: HSQ-D00327, HSQ-7001196, HSQ-D00374 and HSQ-D00537 Quantity: Four (4) Each, 12 Months. A. Background : The 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 National Human Genome Research Institute (NHGRI), mission continues to be the study of the ethical, legal and social implications (ELSI) of genome research. The NIH Intramural Sequencing Center (NISC) is a centralized research facility for performing high-throughput, large-scale DNA sequencing and sequence analysis. Illumina's HiSeqs are ultra-high throughput sequencers, which use a massively parallel sequencing-by-synthesis approach designed to generate more than 100 billion bases of data in a single run. It meets the demand of other high technology platforms that reduce the time of complex large-scale sequencing projects. The cBot Cluster System is a standalone, software-controlled system for the automated generation of clonal clusters from single molecule fragments on Illumina HiSeq flow cells. It is the heart of the sequencer workflow, making the clonal amplification of samples fast and simple. The MiSeq System provides a fast and cheaper approach for the quality control (QC) of the prepared library samples before they are loaded onto the more expensive HiSeq instruments. The MiSeqs, HiSeqs and cBOTs are necessary components for our sequencing production process. B. Purpose and Objectives: The MiSeq, HiSeq 2500 and cBot systems are necessary components for NISC/NHGRI 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. The parts are unique to these instruments and cannot be substituted by other vendor parts. It is vital that the instruments at NISC be well maintained and operational so that the work can be completed in a timely fashion. C. Contractor Requirements: 1. The Contractor shall provide service and maintenance of the Instrument, and support for the Software, for a period as defined on this Agreement. Includes full coverage on parts and labor. 2. The Contractor shall provide On-Site response within three business days. 3. The Contractor shall be available for Critical and non-critical updates which 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. 4. The Contractor shall provide full coverage of labor and necessary warranted parts. D. Government Responsibilities: 1. The Government will keep the Equipment at all times 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. The Government will 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. The Government will 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. The Government will understand that the 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. The Government will adhere to 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 : • The Contractor shall provide a summary report of their action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements : • The Government will accept the job performed by the Contractor. If it is a repair, equipment needs to demonstrate continuous performance. E. Anticipated Period of Performance : Twelve (12) months (June 5, 2016 through June 4, 2017) F. Capability Statement /Information: Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. The following information shall be included in the capability statement: 1. A general overview of the respondents' opinions about the difficulty and /or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. 2. Information in sufficient details of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3. The respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the North American Industry Classification System (NAICS) code: 811219 with a size of $20.5M Per Annum. 4. Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition. 5. The capability statement shall not exceed 20 single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, in either Microsoft Word or Adobe Portable Document Format (PDF), with 8-1/2 by 11 inch paper size, and 1 inch top, bottom, left and right margins. 6. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. G. Closing Statement : The capability statement should be submitted electronically (via email) to Dorothy Maxwell, Contracting Officer, at maxwelld@mail.nih.gov, on February 1, 2016, 7:30 AM, Eastern Time (EST), Solicitation Number: HHS-NIH-NHLBI-CSB-SBSS-(HG)-2016-070-DM. All responses must be received by the specified due date and time in order to be considered. This Sources Sought Notice (SS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Heart, Lung, and Blood Institute (NHLBI). The NHLBI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this notice, the NHLBI may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NHLBI shall arise as a result of a response to this notice or the NHLBI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. "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 organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide 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 responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(HG)-SBSS-2016-070-DM/listing.html)
 
Place of Performance
Address: NIH Location Fishers Lane, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN04000167-W 20160127/160125234127-3d0e17af7336418aebb0ed29ca627c8b (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.