Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
MODIFICATION

66 -- MiSeq System

Notice Date
9/14/2011
 
Notice Type
Modification/Amendment
 
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
NHLBI-CSB-(HG)-2011-365-DLM
 
Archive Date
10/4/2011
 
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
AMENDED THE SOLICITATION NUMBER IN THE LAST PARAGRAPH. THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisition (OA) on behalf of the National Human Genome Research Institute, (NHGRI), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Illumina Inc., 9885 Towne Centre Drive, San Diego, California 92121-1975 to procure a MiSeq System. 1. MiSeq System, Catalog Number: SY-410-1001-PRE, Quantity One (1) Each. 2. Shipping and Insurance. The sole source determination is based on the fact that 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). The NIH Intramural Sequencing Center (NISC) is a centralized research facility for performing high-throughput, large-scale DNA sequencing and sequence analysis. NISC currently has several Illumina Genome Analyzer (GA) IIx and several HiSeq 2000 Systems which are proven platform for genetic analysis and functional genomics. Overall the MiSeq System will reduce failures and costly repeats by providing a more accurate cell titer of the library sample before it is loaded onto the HiSeq sequencer which is more expensive to run. This instrument's parallel sequencing technology leverages clonal cluster formation and proprietary reversible terminator chemistry to give it the speed and reduce the cost of large-scale sequencing to generate billions of bases of high-quality DNA sequence per run. The above sequencing technology also provides an easy-to-use protocol that does not require emulsion PCR which allows for a self-contained system that minimizes handling errors and contamination concerns, eliminating the need for robotics or clean rooms. The MiSeq System is an integrated system for automated generation of DNA clonal clusters by bridge amplification, sequencing, primary and secondary analysis. Contractor Requirements: • Must be able to run the same chemistry as Illumina's HiSeq and Genome Analyzer IIx Systems. • Data should be able to be processed through NISC's data analysis software. • Preparation time for samples to load on the sequencer should take about a day. • Read length at least 150 bp. • Produce paired-end reads of 6.8 million per lane. • Reagents are in convenient volumes and are ready-to-load. • Oil is not required for the optics. • Straightforward protocols that require no beads or emulsions. • System should be able to perform amplification, sequencing and data analysis in one unit. • Footprint needs to be no bigger than 2 feet. Inspection and Acceptance Requirements: • Upon arrival of equipment to destination, the package must be undamaged. • In the installation of the equipment, all parts including computer must be functional and running in proper order. Industry Classification (NAICS) Code is 334516, Analytical Laboratory Instrument Manufacturing and the Small Business Size Standard is 500 Employees. The acquisition is being conducted under FAR Part 13, simplified acquisition procedures, therefore the requirements of FAR Part 6 B Competitive Requirements are not applicable (FAR Part 6.001) and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-53 (August 4, 2011). This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this synopsis, by September 16, 2011, 7:30 a.m. Eastern Standard Time. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement. Inquires to this announcement, referencing synopsis number NHLBI-CSB-(HG)-2011-365-DLM, may be submitted to the National Heart, Lung and Blood Institute, Office of Acquisition, COAC Services Branch, 6701 Rockledge Drive, Suite 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell. Response may be submitted electronically to maxwelld@mail.nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative. Note: In order to receive an award from NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov, and ORCA https://orca.bpn.gov/login.aspx.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HG)-2011-365-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02577254-W 20110916/110915001234-4b8e246100cec03b4bd9e7578b549139 (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.