Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOLICITATION NOTICE

J -- Illumina NextSeq 550 MAintenance Agreement

Notice Date
1/17/2020 8:39:55 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2006526
 
Response Due
1/27/2020 12:00:00 PM
 
Archive Date
02/11/2020
 
Point of Contact
Skye Duffner, Phone: 4068026092, Laura Grey, Phone: 4063759812
 
E-Mail Address
skye.duffner@nih.gov, laura.grey@nih.gov
(skye.duffner@nih.gov, laura.grey@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2006256 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04, Effective 01/15/2020.� The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $22.0 million. The acquisition is being compete full and open with no small business restriction. Description of the Requirement: The Laboratory of Malaria and Vector Research (LMVR) is seeking to procure a NEXTSEQ550 Sequencing System maintenance agreement. The LMVR is dedicated to studies of insect vectors for malaria and other infectious diseases. These investigations support research into new drug treatments, diagnostic tools, vaccines and other advancements that can lessen or even eliminate the enormous mortality and morbidity burden of vector-borne diseases.� As part of this mission, the sequencing core has provided strong supports for multiple lab in LMVR for their cutting-edge genomics and genetic projects. The NextSeq 550 System is an integrated platform that uses massively parallel sequencing technology for genetic analysis and functional genomics. We need a next-generation sequencing (NGS) system capable of sequencing a 30� human genome in a single run. Two flow cell formats and multiple reagent configurations enable data output from 20�120 Gb in a single run, providing flexibility across the broadest range of applications and study sizes. The NextSeq550 system will be applied to numerous research projects including, but not limit to, Whole-genome resequencing, ChIP-Seq, total RNA sequencing and small RNA sequencing. A maintenance agreement is needed to keep the equipment in optimal working condition. Place of Performance: 12735 Twinbrook Parkway, Rockville, MD 20852 Period of Performance 01/27/2020-01/26/2021 S/N NB551712 Maintenance requirements: -1 PM -2 business day response time -Full coverage for parts, labor and travel -Replacement of reagent upon HW failures -Remote monitoring -Remote Technical support -Onsite application support -Control SW and HW updates -Advanced training discounted *Please include your DUNS number *Include response to FAR 52.204-4 attachment and return with quote Submission shall be received not later than 3:00 p.m. EST, January 27,2020. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the following; price, capability to meet the requirements, delivery and the best value to the government. The following FAR provisions apply to this acquisition: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2018) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database 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 (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be mailed, e-mailed or faxed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Oct 2018) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Ms. Skye Duffner at skye.duffner@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/10479dac6c16450aaadbafe7dd8e9d76/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN05538067-F 20200119/200117230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.