Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2012 FBO #3875
SOLICITATION NOTICE

66 -- HiSeq 2000 Instrument Upgrade

Notice Date
7/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1104832
 
Archive Date
7/31/2012
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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. This requirement is being issued in conjunction with FAR Part 13 Simplified Acquisition Procedures, as applicable. The solicitation number is 1104832. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 dated May 18, 2012. The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees and issued as full and open competition. The U.S. Food and Drug Administration (FDA), Facility Biotechnology Resources (FBR) within the Center for Biologics Evaluation and Research (CBER) requires an upgrade of an existing HiSeq 2000 system to HiSeq 2500 system with post-warranty service/maintenance options inclusive of all parts, labor and travel for the entire system. The Facility for Biotechnology Resources (FBR) provides next generation sequencing (NGS) services for scientists within CBER of the FDA. FBR currently has a HiSeq2000, serial number 7001029, next generation sequencer from Illumina. It is a high-throughput DNA sequencing system capable of generating ~600 gigabase sequencing information in one run. Its high efficiency is based on running one or two flow cells, each has 8 lanes for samples. However some researchers do not need 8 lanes in the flow cells for their work when only a few samples for analysis are needed. The upgrade of the HiSeq 2000 to a HiSeq 2500 will enable the instrument to run 2-lane flow cell at a time, thus significatnly reducing the cost of an experiment requiring only 1-2 lanes in a flow cell. The upgraded instrument will allow the reagent flow appropriately for both 2-lane and 8-lane flow cells and the ability to alternate between the two run times as needed A validation run of the upgrade system shall be completed prior to acceptance. Post-Warranty Service Agreement The service agreement shall include, at a minimum, the following: • Minimum of one (1) Preventative Maintenance visit per contract year; • Unlimited on-site preventative maintenance, services, and repairs; • OEM-certified maintenance and repair technicians shall perform all preventative maintenance, service and repairs; • Preventative maintenance, services, and repairs shall include all labor, travel, and new OEM factory-certified replacement parts, components, subassemblies, etc. (except consumables); • Unlimited Priority Telephone and Email Support from 8am to 5pm local time Monday through Friday; • Peak performance maintenance kits; • Unlimited Software and firmware updates; • Absolute adherence to and conformity with OEM specifications, manuals, bulletins, etc. in performing all preventative maintenance, services, and repairs • Service Records and Reports The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and the Contracting Officer with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on- site hours expended and parts/components replaced. Place of Performance 29 Lincoln Dr. Room 208 Bethesda, MD 20892 Period of Performance Note: Service period start/end dates is dependent on delivery, installation, on-site training and acceptance of the upgrade. The estimated date could potentially be as follows: Award of contract- 8/1/12 Upgrade completed and on-site training conducted and accepted- 90 calendar days after award (ARO) 10/30/12. Standard Commercial warranty 90 days minimum ends on 1/28/13 Option year 1 service agreement: January 29, 2013 through January 28, 2014. On-site performance under this contract shall not be scheduled during Federal Holidays or Federal Closures as determined by Executive Orders or WWW.OPM.GOV. Federal holidays are as follows: New Year's Day Martin Luther King, Jr. Washington's Birthday Memorial Day Independence Day Labor Day Columbus Day Veteran's Day Thanksgiving Day Christmas Day Schedule of Items: 1. HiSeq 2000 upgrade to HiSeq 2500 system which includes inside delivery, installation, on-site training as specified above, and standard commercial warranty for the fixed price of $____________. 2. Option Year 1:- Service maintenance agreement as described above for the aforementioned HiSeq 2500 system. For the service agreement services that the Contractor shall provide, the Government will pay the contractor the fixed price of $___________. Grand Total Base plus all option years (CLINS 1-2): $_____________________. Contract clauses- The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to this acquisition. The following addenda have been attached to the clause. The following FAR and HHSAR clauses, incorporated by reference, and apply to this acquisition. FAR Clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper. (MAY 2011) FAR Clause 52.204-7 Central Contractor Registration. (FEB 2012) FAR Clause 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a)... within 1 day of contract expiration;.... at least 15 days before the contract expires... (c)...shall not exceed the time stated in the schedule. HHSAR Clause 352.202-1 Definitions JAN 2006 HHSAR Clause 352.203-70 Anti-Lobbying JAN 2006 HHSAR Clause 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations OCT 2009 HHSAR Clause 352.223-70 Safety and Health JAN 2006 HHSAR Clause 352.231-71 Pricing of Adjustments JAN 2001 HHSAR Clause 352.242-71 Tobacco-Free Facilities JAN 2006 The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. Contract Administration a. Contracting Officer/Contract Administrator Nick Sartain, Contracting Officer 3900 NCTR Road HFT-320 Jefferson, AR 72079 Phone: 870-543-7370 Email: nick.sartain@fda.hhs.gov b. Contractor's Point of Contact (To be completed by contractor) Name: Phone: Email: c. Technical Point of Contact-Contracting Officer's Representative The following COR will represent the Government for the purpose of this contact: (To be completed at time of award) Name: Phone: Email: The COR is responsible for: (1) Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) Interpreting the statement of work and any other technical performance requirements; (3) Performing technical evaluation as required; (4) Performing technical inspections and acceptances required by this contract; and (5) Assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) Direct or negotiate any changes in the statement of work; (2) Modify or extend the period of performance; (3) change the delivery schedule; (4) Authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract. Invoice Submission Invoices shall be submitted to the address specified below and contain all necessary information per FAR 52.212-4 (g) in accordance with the following instructions. An original and two (2) copies shall be submitted to: FDA/OC/OA/OFO/OFS Attn: division of payment services 3900 NCTR road, HFT-324 Building 50, 6th floor suite 616 Jefferson, AR 72079 Fax 870-543-7224 An electronic invoice can be emailed to the following address: nctrinvoices@fda.hhs.gov The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAY 2012) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:, 204-10, 209-6, 52.219-4, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-51, 52.223-15, 52.223-16, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Solicitation provisions Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) applies to this solicitation. The following addenda have been attached to this provision: Addendum Paragraph (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm until September 30, 2012. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the items/services offered to meet or exceed the Government's requirement. (ii) Price. Technical is more important when compared to price in determining the best value to the government. Technical capability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the offeror has the capability to perform the required services which demonstrates knowledge of the requirement to meet the Government's scope of work. Address the performance specifications and experience experience within the last 3 years of providing this type of upgrade. Offeror may provide technical specifications, descriptive literature, brochures and other information which demonstrates the performance specifications of the proposed upgrade. Provide the commercial warranty period and nature of support provided during that warranty period The government is not responsible for locating or securing any information, which is not identified in the proposal, however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Include the firms DUNS number with quote. Provide number of labor hours needed for assembly/disassembly per cabinet. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. FAR and HHSAR Clauses and Provisions incorporated by reference may be obtained at: FAR: https://www.acquisition.gov/far/ HHSAR: http://www.dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html It is the offeror's responsibility to monitor FedBizOpps.Gov for the release of any information related to this acquisition, e.g., questions and answers, amendments, award notice, etc. Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 1104832. The offers are due in person, by postal mail or email to the point of contact listed below on or before July 16, 2012 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1104832/listing.html)
 
Place of Performance
Address: 29 Lincoln Dr., Room 208, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02792057-W 20120704/120702235048-1f895373bfd68e2b74fd06365684153d (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.