Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2013 FBO #4382
SOLICITATION NOTICE

J -- Maintenance service on Illumina Laboratory Equipment

Notice Date
11/21/2013
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)-PSOL-14-003
 
Archive Date
12/10/2013
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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 acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA(SSSA)-PSOL-14-003 and the solicitation is issued as a pre-solicitation notice of intent to award a contract on a noncompetitive basis to Illumina, Inc. located at 5200 Illumina Way, San Diego, CA 92121. This acquisition is for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Test Program for Certain Commercial Items, section 4202 of the Clinger-Cohen Act of 1966) and the statutory authority of [specify the applicable authority: (1) FAR 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70, dated September 30, 2013. The associated NAICS code for this pre-solicitation is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with the small business size standard $19.0 million. This pre-solicitation is being released with no set-aside restriction. This requirement consists of maintenance on existing government-owned laboratory equipment manufactured by and purchased from Illumina, Inc. Service and preventive maintenance shall be provided on the following laboratory equipment: HiSeq2000 (serial#700159), Autoloader2 (serial#AL2-11139-894), cBot (serial#cBot-6001115), cBot (serial#cBOT6001316), iScan (serial#ISCAN-N0306), HiSeq2000 (serial#700362), Tecan LiHa (serial#609000001). The subject equipment is used by the National Institute on Aging (NIA), Laboratory of Neurogentics, and is located at 35 Convent Drive, Bethesda, MD 20892. Required service and preventive maintenance shall be provided by factory-trained, authorized technicians and resellers of any required parts and software or software enhancements. Service and preventive maintenance is required by authorized service technicians to ensure all units are functioning properly and continue to produce consistent data and results for the research projects at NIA. Technical performance requirements include all parts and labor, email support and telephone support (instrument, applications, and bioinformatics); quick on-site response time, critical and non-critical updates, applications support, access to on-line training modules and optional advanced training programs, and one Preventative Maintenance visit per year. The Illumina equipment is used for specialized epigenetic functions in order to analyze exome sequences and genotypes in support of Neurogentics research projects at NIA. The subject instruments generate highly accurate and timely results for discoveries in genomics, epigenomics, and gene expression analysis, and protein-m1cleic acid interactions. The period of performance is 12/05/2013 to 12/04/2014. Any necessary parts or supplies will be delivered FOB Destination to the NIA Laboratory of Neurogentics in Bethesda, MD. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition, including the additional clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.). The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this solicitation must include clear and convincing evidence of the Offerors' capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference number HHS-NIH-NIDA(SSSA)-PSOL-14-003. Responses may be submitted electronically to hunter.tjugum@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Hunter Tjugum. Fax responses will be accepted at (301) 480-1358. The Contract Specialist identified in this announcement may be contacted by telephone for information regarding the pre-solicitation at (301) 435-8780 prior to the closing date of this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-PSOL-14-003/listing.html)
 
Record
SN03239181-W 20131123/131121234430-76ea714d80c0dbeac949e5c340370e2f (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.