Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
SOLICITATION NOTICE

66 -- HiSeq4000 and cBot 2 DNA Sequencer Systems

Notice Date
12/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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)-2017-034-DM
 
Archive Date
12/24/2016
 
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
(i) "This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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." (ii) The solicitation number is HHS-NIH-NHLBI-CSB-(HG)-2017-034-DM and the solicitation is being posted as a request for proposal (RFP) to BRAND NAME: Illumina Inc.; Procure: (1) cBot TM 2 Cluster Generation System; (2) HiSeq® 4000 Sequencing System and (3) Shipping and Insurance on behalf of National Institutes of Health, National Human Genome Research Institute, (NHGRI); NO REFURBISHED OR USED EQUIPMENT WILL BE ACCEPTED. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92, November 18, 2016. (iv) This is NOT a set-aside, the associated NAICS Codes: 334516, Analytical Laboratory Instrument Manufacturing and small business size standards is 1000. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Offers are due by 7:30 A.M. Eastern Time (EST) on November 9, 2016. Proposals can be emailed to the Contracting Officer, Dorothy Maxwell, Contracting Officer at maxwelld@mail.nih.gov, place Solicitation Number: HHS-NIH-NHLBI-CSB-(HG)-2017-034-DM on the quotation. (v) Background: The National Institutes of Health (NIH) mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. The National Human Genome Research Institute (NHGRI) mission has expanded to encompass a broad range of studies aimed at understanding the structure and function of the human genome and its role in health and disease. NHGRI supports the development of resources and technology that will accelerate genome research and its application to human health. A critical part of the NHGRI mission continues to be the study of the ethical, legal and social implications (ELSI) of genome research. NHGRI also supports the training of investigators and the dissemination of genome information to the public and to health professionals. The National Institutes of Health (NIH), National Human Genome Research Institute (NHGRI), NIH Intramural Sequencing Center (NISC) currently has four (4) Illumina HiSeq 2500 sequencers, three (3) Illumina MiSeq sequencers and one (1) Pacific Biosciences RS II sequencer which are proven platforms for genetic analysis and functional genomics. The HiSeq 2500 sequencers were introduced at NISC in early 2011 and have been the primary sequencing data producers ever since. The system has advanced through numerous chemistry and software upgrades, but now has reached the limit of advancement. At this time NISC is also experiencing increased down time for the HiSeq 2500 sequencers due to an increase in break down on these aging instruments. NISC urgently needs to upgrade their sequencers in order to be able to properly support the NIH community. This is particularly critical since NISC is the only sequencing facility at the NIH currently certified to return clinically relevant exome sequencing data to patients. NISC seeks to acquire a more efficient, cost effective sequencer with a higher sample throughput. Purpose and Objectives : The National Institutes of Health (NIH), National Human Genome Research Institute (NHGRI), NIH Intramural Sequencing Center (NISC) needs to replace outdated DNA sequencers with new, more efficient and cost effective equipment. A key requirement is to reduce the instrument run time to improve sample turnaround times. Our current sequencers have a 7 day run time. NHGRI-NISC would like this reduced to 3.5 days and would like to increase data throughput from 1 Tb to 1.5 Tb per run. Since laboratory researchers work with precious samples of limited quantity it is important that protocols be robust and minimize the risk of cross contamination. As the cost of sequencing has dropped over the last decade it becomes more approachable to perform whole genome sequencing for individuals. A requirement for optimal read mapping to reference sequence is that the reads be long and paired. Paired reads are generated by obtaining individual reads from each end of the DNA fragments being sequenced. The pairing provides important quality information pertaining to the DNA preparation being sequenced and has advantages in mapping reads in areas where there are repeat sequences in the genome. The length of reads has been improving on all sequencing platforms. NISC requires paired-end reads where each read is at least 150 bases long for a total of 300 bases of data per DNA fragment. The purpose of this proposal is for the Government to procure a cBot TM 2 Cluster Generation System and HiSeq® 4000 Sequencing System, which is compatible with existing HiSeq and cBot Sequencer Systems already existing in the NHGRI-NIH Sequencing Center. Procurement: 1. cBot TM 2 Cluster Generation System, Catalog Number: SY-312-2001, Units: 1 (Automated system for the generation of DNA clonal clusters by bridge amplification. Offers integrated touchscreen monitor and computer. cBot 2 system provides Positive Sample Tracking functionality and includes 12 months warranty (including parts and labor); 2. HiSeq® 4000 Sequencing System, Catalog Number: SY-401-4001, Units: 1 (The Illumina HiSeq 4000 Sequencing System is a dual flow cell sequencing instrument. System includes workstation computer, touch screen monitor, HiSeq Control Software, installation kits and standards, installation and training, and 12 months warranty (including parts and labor); and 3. Shipping and Insurance. Anticipated Period of Performance: Delivery Upon Award Delivery: The HiSeq 4000 and cBot Sequencing Systems will be delivered, installed, and tested via a validation sequencing run six weeks upon of receipt of receiving Contract Award. Upon acknowledgement of receiving Award, the Contractor will deliver the equipment FOB destination via freighter selected by the Contractor to NHGRI, NIH Intramural Sequencing Center located at 5625 Fishers Lane, Rockville, Maryland 20852. vi. Include on the RFP, Contractor's Name, Contractor's Address, DUNS, TIN or EIN Number, Solicitation Number, Email Address, Contact Number, Discount. vii. The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. EVALUATION OF PROPOSALS: The Government will evaluate proposals that are determined technically acceptable in accordance with the Technical Evaluation factors. The Government intends to award a single contract from this solicitation. The Government reserves the right not to award a contract. Evaluation of Proposals: The Government reserves the right to make an award without discussions based solely upon initial proposals. Price (This will be Firm-Fixed Price): An evaluation of the offeror's price proposal will be made to determine if proposed prices are realistic for the work to be performed, reflect a clear understanding of the requirements, and are consistent with the technical proposal. Reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial or GSA price schedules (if applicable), and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). viii. The FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulations (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html. The proposal must reference the RFP Number: HHS-NIH-NHLBI-CSB-(HG)-2017-034-DM. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. All proposals shall contain the following: 1. Name of Contracting Organization; 2. Solicitation number; 3. Contract Type; 4. Total Contract Value and Discounts; 5. Description of Requirement; 6. North American Industry Classification System (NAICS) Code; and 7. DUNS, TIN or EIN Number. x. In accordance to FAR clause 52.212-2, Evaluation - Commercial Items xi. In accordance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on- line at https://www.sam.gov/portal/public/SAM/. xii. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. xiii. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this Acquisition. Additional FAR Clauses include: FAR clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL2013) (Pub.L. 109-282) (31 U.S.C. 6101 note). FAR clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG2011). FAR clause 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL2013) (31 U.S.C. 3332). xiiii. There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. xv. The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. xvi. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Offers are due by 7:30 A.M. Eastern Time (EST) on December 9, 2016. Proposals can be emailed to the Contracting Officer, Dorothy Maxwell at maxwelld@mail.nih.gov, place Solicitation Number: HHS-NIH-NHLBI-CSB-(HG)-2017-037-DM on the quotation. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. Offerors' proposals shall not be deemed received by the Government until the proposal is entered into the e-mail address inbox set forth above. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(HG)-2017-034-DM/listing.html)
 
Place of Performance
Address: NIH Fishers Lane, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN04341325-W 20161204/161202233821-b1d61fda54ab391601bdd53fc8ce9777 (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.