SOLICITATION NOTICE
J -- iScan and Tecan LIHa Service Contract Renewal
- Notice Date
- 4/24/2014
- 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 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
- HHS-NIH-NHLBI-CSB-(HG)-2014-118-DLM
- Archive Date
- 5/14/2014
- 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
- THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). INTRODUCTION : 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. BRAND NAME: ILLUMINA, INC. The following systems for this service contract renewal: 1. Illumina iScan, Standard Type Contract, Part Number: SV-102-1002, Serial Number: N0278, One (1) Each, 12-Months; 2. Ilumina Tecan LiHA, Standard Type Contract, Part Number: SV-121-2001, Serial Number: 710001279, One (1) Each, 12-Months; and 3. Illumina Autoloader -Standard, Standard Type Contract, Part Number: SV-111-1002, Serial Number: 11139-756, 12-Months. BACKGROUND: The National Institutes of Health (NIH) mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. The National Human Genome Research Institute (NHGRI), mission has expanded to encompass a broad range of studies aimed at understanding the structure and function of the human genome and its role in health and disease. NHGRI supports the development of resources and technology that will accelerate genome research and its application to human health. A critical part of the NHGRI mission continues to be the study of the ethical, legal and social implications (ELSI) of genome research. NHGRI also supports the training of investigators and the dissemination of genome information to the public and to health professionals. The Medical Genetics Branch (MGB) seeks to identify and understand inherited disorders of metabolism and of human development. MGB investigators focus on human genetics, vertebrate embryology, inborn errors of metabolism, and neurogenetic disorders. Projects performed at the biochemical, molecular, and cell biological levels involve the direct study of human subjects as well as the development and use of experimental model systems, such as zebrafish and mouse. The Branch fosters outstanding basic research and serves as a model for translational research, emphasizing the compassionate and scientifically rigorous application of basic science discoveries at the bedside. Illumina's BeadArray technology is designed for high throughput genotyping or gene expression that has been optimized to achieve unprecedented levels of cost effectiveness and throughput. It meets the demands of our laboratory for efficient generation of whole genome single nucleotide polymorphism genotyping data. The Tecan LiHa System is a dedicated robotic system that processes samples using BeadArray chips in a semi-automated fashion, which we are currently using to simultaneously process 96 samples, each genotyped for over 1 million single nucleotide variants. The AutoLoader and iScan systems function together to load and scan the BeadArray chips and collect image data that are processed to intensity signals in two channels, which are converted to genotypes or expression data. Although the iScan has state of the art high speed scanning technology, the scan time to collect intensity data for over 1 million single nucleotide polymorphisms for each sample exceeds 15 minutes. Continuous loading and processing 96 samples would require over 24 hours of attended work. We therefore require the AutoLoader robotic system to automatically load chips into the iScan system and permit continuous unattended operation. The iScan system also includes proprietary software used for generating genotypes of expression data from the scanned image data, thus permitting genome-wide association and expression studies. Illumina is the sole manufacturer of this equipment. The parts are unique to these instruments and cannot be substituted by other vendor parts. Only the engineers from Illumina have the in-depth knowledge and training and access to the parts required to repair and maintain these complex machines. As the system ages, NHGRI anticipate increased needs for equipment service. The Section requires a service plan in place to provide the service in a timely, reliable, and cost-effective manner and a critical need for maintenance and repair service plan. Failure of equipment will cause a delay in data collection and may result in the loss of irreplaceable samples. Objective: A major focus of the laboratory is the genetic analysis of common, but genetically complex diseases. This work begins with genome-wide association studies that require the genotyping of over 1000 cases and 1000 controls for over 1 million markers distributed throughout the genome. This work require a high-throughput, large-scale DNA analysis platform. The same platform is also used for homozygosity mapping experiments. The Illumina BeadArray platform achieves unprecedented levels of cost effectiveness and throughput for generation of whole genome single nucleotide polymorphism genotype data. Maintenance and upkeep of the BeadArray equipment is CRITICAL to maintain productivity. Failure of equipment will cause a delay in data collection and may result in the loss of irreplaceable samples. Contractor Requirements : 1. The Contractor shall provide service and maintenance of the Instrument, and support for the Software, for a period as defined on this Agreement. Includes full coverage on parts and labor. 2. The Contractor shall provide On-Site response within 3 business days. 3. The Contractor shall be available for Critical and non-critical updates which may be required in order to improve its use and reliability. Such updates shall be covered by this Agreement. Updated Software shall be subject to this Agreement in all respects. Updates shall not extend the defined Agreement coverage period. 4. The Contractor shall provide full coverage of labor and necessary warranted parts Government Responsibilities : 1. The Government will keep the Equipment at all times in the environmental conditions recommended by the manufacturer. And, protect the Instrument and associated Hardware from all adverse elements, such as dirt, dust and liquids of any kind. 2. The Government will use the Equipment only in accordance with such instructions and recommendations relating to the care and operation of the Equipment as may be issued by the manufacturer of the Equipment or as may from time to time be advised in writing by the Contractor. 3. The Government will not allow any person other than the Contractor's representatives or the Customer's representative working under the Contractor's specific instruction, to maintain, repair or replace any part of the Equipment. 4. The Government will understand that the Agreement does not cover repairs or software support required to remedy breakdown or damage which results from operator errors, abnormal or unapproved uses, unauthorized installed software or software updates, acts of third parties, viruses, faulty electrical connections, fluctuations or failures in air conditioning, heating or cooling systems and electrical power failures. 5. The Government will adhere to normal daily, weekly, monthly, quarterly and semi-annual maintenance services such as the replacement of fuses, lamps, tubes, reagents and probes, as defined in the Operator Manual or Customer Bulletins. Reporting Requirements and Deliverables : • The Contractor shall provide a summary report of their action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements: • The Government will accept the job performed by the Contractor. If it is a repair, equipment needs to demonstrate continuous performance. REGULATORY AUTHORITY: This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b) Soliciting from a single source, only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION: Industry Classification (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard is $19.0M. The resultant Contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-72 (January 30, 2014). This requirement is under the Simplified Acquisition Threshold of $150,000.00. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." 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. All responses must be received by May 2, 2014 and must reference synopsis number HHS-NIH- NHLBI-CSB-(HG)-2014-118-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. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(HG)-2014-118-DLM/listing.html)
- Place of Performance
- Address: NIH/Building 10, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03348174-W 20140426/140424235328-1046976c83d0a9366ddeb969d74b601a (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 |