SOLICITATION NOTICE
65 -- Titanium Sequencing and Plate Kits
- Notice Date
- 2/21/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325414
— Biological Product (except Diagnostic) Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy and Infectious Diseases, Office of Acquisitions, 6700 B Rockledge Room 3214 MSC7612, Bethesda, Maryland, 20892-7612
- ZIP Code
- 20892-7612
- Solicitation Number
- NOI-RML-5-13010
- Archive Date
- 3/22/2013
- Point of Contact
- Suzanne Miller, Phone: 4063639445, Lynda L. Kieres, Phone: 406-363-9210
- E-Mail Address
-
millers2@niaid.nih.gov, lkieres@niaid.nih.gov
(millers2@niaid.nih.gov, lkieres@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis with Roche Diagnostics Corporation, for 14 GS Titanium Sequencing Kit's XLR70, 14 GS Titanium Pico Titer Plate Kits 70x75, and 14 GS Titanium LV emPCR kits, in accordance with the format in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. This acquisition is issued as a Notice of Intent (NOI # RML-5-13010). The acquisition documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-65 dated January 29, 2013. This acquisition will be processed under FAR Part 12 - Acquisition of Commercial Items and is not a Small Business Set-Aside. The North American Industry Classification Systems (NAICS) code for this procurement is 325414 and the size standard is 500. SCHEDULE: The GS titanium sequencing kit must meet the following salient characteristics: 1) GS FLX Titanium Sequencing Kit XLR70, combined with the GS FLX Titanium PicoTiterPlate Kit 70x75, contains all reagents and other components required for one sequencing run on a Genome Sequencer FLX Instrument. It also must include the following components in the kit: GS FLX Titanium Reagents XLR70, Bead and Wash Buffers, GS FLX Pre-wash Tubes, GS FLX Titanium Buffer CB, GS FLX Sipper Tubes, GS FLX Titanium Packing Beads 70, GS FLX Titanium Supplement CB. 2) The GS FLX Titanium Pico Titer Plate Kit 70x75 also contains accessories sufficient for one sequencing run on a Genome Sequencer FLX Instrument. It must include the following components: 70x75 GS FLX Titanium PTP Device, 70x75 Gasket Pack, 70x75 Accessory Gasket Pack. 3) The GS FLX Titanium LV emPCR Kit (Lib-L) contains all reagents and other components required for two large-volume (LV) emulsion-based clonal amplification reactions and contains the following components: GS FLX Titanium Bead Recovery Reagents, GS FLX Titanium emPCR Reagents, GS FLX Titanium Emulsion Oil. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. 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 (https://www.sam.gov); The following FAR provisions and clauses apply to this acquisition FAR 52.212-1 Instructions to Offerors-Commercial; FAR 52-212-4 Contract Terms and Conditions-Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items. In order to be considered for an award, offeror must have completed the Online Representations and Certifications located at http://sam.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the 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. Offers may be mailed to Suzanne Miller at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840; faxed to the POC indicated above (Fax - 406-363-9288); or e-mailed to millers2@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MDST), 03/07/2013. Copies of the above-referenced clauses are available from https://www.acquisition.gov/far/facframe.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIAID/NOI-RML-5-13010/listing.html)
- Place of Performance
- Address: Rocky Mountain Lab, NIH, 903 South 4th Street, Hamilton, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN02992413-W 20130223/130221234225-25cb20c8dfb14f72789c8a718deb2ef9 (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 |