Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOLICITATION NOTICE

66 -- Robotic Genotyping System

Notice Date
7/19/2007
 
Notice Type
Solicitation Notice
 
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, MD, 20892-7902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NHLBI-PB(HL)-2007-165-KLW
 
Response Due
7/30/2007
 
Archive Date
8/14/2007
 
Description
THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 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. The reference solicitation number is: NHLBI-PB(HL)-2007-165-KLW This solicitation is issued as a Request for Quotation (RFQ). This acquisition is being conducted under FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-18. The total contracted dollar amount, including options will not exceed $5 million. Market research conducted by the Government has determined that Robotic Genotyping System is manufactured in sufficient quantities by at least one (1) small business manufacturer which confirm the commercial market. Also, the market research conducted by the Government has determined that there are no reasonable expectations of obtaining two or more small business offers. Therefore, the acquisition is being conducted as a full and open competitive, with no set aside restrictions. The North American Classification System (NAICS) code applicable to this requirement is 334516 and the associated small business size standard is 500 employees. The Government?s anticipated delivery date is ninety days after the receipt of the purchase order. The delivery point is the National Institutes of Health, National Human Genome Research Institute (NHGRI), Bethesda, Maryland. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the National Human Genome Research Institute (NHGRI), intend to award a single, fixed priced purchase order for the purchase of the Robotic Genotyping System. The National Human Genome Research Institute (NHGRI), Genomics Core Laboratory currently provides genotyping services to its researchers using an Illumina Beadstation to perform the GoldenGate assay. The NHGRI, Genomics Core Laboratory requires equipment with the capability to increase its assay production. The Genomics Core Laboratories research requires a Robotic Genotyping System with the capability of reducing human labor hours to process the samples; increasing the accuracy of the results by reducing human error; allowing for an increase in the total number of samples that can be processed simultaneously; and reducing the quantity of samples and reagents required for any given assay. The Government?s minimum functional specifications / requirements of the Robotic Genotyping System are as follows: 1) Detection hardware and BeadArray Reader. Scanner Resolution: 0.8 micron true spatial resolution and with dual-channel collection. Laser excitation: 532nm and 635mn. Emission spectrum; 550-600nm and 650-700nm. Bench footprint: 46cm W x 41cm H x 61cm D. 2) Sample Preparation. Samples can be prepared manually or with automation using industry standard liquid handling robotics. 3) Scan Times. Sentrix Array Matrix: 70 minutes per 96 samples. Beadchips: up to 55 minutes FastScan and up to 100 minutes standard scan. 4) Software and data analysis common interface. Integrated controls dashboards. Chromosomal viewer. Genome brower, Chromosomal heat map. Heat map with clustering algorithm. Bookmarking. Export to third party program. Normalization. Differential analysis. 5) Analysis Formats: multiple sample processing up to 96 samples in parallel. 6) Scanner Loading. Auto loader capacity and multi-reader auto loader capacity. 7) Assay automation: Robotic assay automation hardware and robotic assay automation availability. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The purchase order award will be made to the Offeror whose product meets the Government?s minimum performance specifications, functional specifications, and delivery date. A best buy analysis will be performed taking into consideration price, shipping points, technical specifications, special features, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, delivery terms, and past performance. In addition to a price quote, the Offeror must submit descriptive literature of the product proposed, a commercial price list, warranty provisions, and any other information the Offeror considers relevant to the Government?s evaluation of the product proposed. The Government intends to evaluate the quotes and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Offeror to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addendum to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is as follows: The Offeror must include in its quote, the unit price, the list price, installation charges, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provide descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. The Offeror must be registered in the Government?s Central Contractor Registry (CCR) System, which is available at www.ccr.gov . The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation For Simplified Acquisitions, applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: (1) 52.222-26, Equal Opportunity (E.O. 11246). (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). (4) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (5) 52.225-3, Buy American Act - Supplies (41 U.S.C. 10). (6) (I) 52.225-21, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). (6) (ii) Alternate I of 52.225-21. (7) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). There are no numbered notes applicable to this notice. Quotations are due July 30, 2007, 5:00 p.m. at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902. Attention Ms. Kesha Williams, Contract Specialist, (301) 435-2605. Quotations may be submitted electronically to williamk@nhlbi.nih.gov or by FAX to (301) 480-3345. The electronic transmission and fax transmission must reference the solicitation number: NHLBI-PB(HL)-2007-165-KLW. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01346656-W 20070721/070720001037 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.