Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2007 FBO #2076
SOLICITATION NOTICE

66 -- DNA Genome Analysis System

Notice Date
12/8/2006
 
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
20892-7902
 
Solicitation Number
NHLBI-PB(HL)-2007-008-1DDC
 
Response Due
12/15/2006
 
Point of Contact
Deborah Coulter, Contract Specialist, Phone (301) 435-0368, Fax (301) 480-3345, - Debra Hawkins, Chief, Procurement Branch, Phone (301) 435-0367, Fax (301) 480-3345,
 
E-Mail Address
dc143b@nih.gov, dh41g@nih.gov
 
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)-2007-008-1/DDC. 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 05-13. The total contracted dollar amount, including options will not exceed $5 million. 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 not later than January 15, 2007. The delivery point is the National Institutes of Health, National Heart, Lung, and Blood Institute (NHLBI), Laboratory of Molecular Immunology, Bethesda, Maryland. Market research conducted by the Government has determined that DNA Genome Analysis System is manufactured in sufficient quantities by at least three (3) manufacturers which confirm the commercial market. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the NHLBI, Laboratory of Molecular Immunology, intend to award a single, fixed priced purchase order for the purchase a DNA Genome Analysis System. The specifications of the DNA Genome Analysis System are as follows: (1) It does not require complicated sample preparation. It should only require one-step linker ligation and one-step PCR amplification for analysis using the system; (2) one run of sequencing analysis should yield more than five millions 25-bp reliable sequence tags in less than 48 hours on machine; (3) The sensitivity of the system should be able to detect less than 100 nanograms of Input ChIP DNA sample. The Laboratory of Molecular Immunology study the regulation of human gene expression by chromatin that is formed by histone-DNA interaction. The structure of chromatin is regulated by multiple post-translational histone modifications. In order to understand how histone modifications regulation gene expression. The research study needs to determine the distribution of these modified histones in the genome. For this purpose, the research will use chromatin immunoprecipitation (ChIP) to pull down DNA associated with modified histones, followed by the identification of a 25bp tag sequence from each ChIP DNA molecule. 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 Friday, December 15, 2006, 9:30 a.m. at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902. Attention Deborah Coulter, Contract Specialist, (301) 435-0368. Quotations may be submitted electronically to coulterd@nhlbi.nih.gov or by FAX to (301) 480-3345. The electronic transmission and fax transmission must reference the solicitation number: NHLBI-PB(HL)-2007-008-1/DDC. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-DEC-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 01-AUG-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB(HL)-2007-008-1DDC/listing.html)
 
Place of Performance
Address: 10 Center Drive, Bethesda, Maryland 20892
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01359686-F 20070803/070801225752 (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.