Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
SOLICITATION NOTICE

66 -- Illumina HiSeq 2500 and cBot Maintenance Agreement - FAR 52.121-5 applicable subparagraphs

Notice Date
3/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NOI-RML-C-15016
 
Archive Date
4/15/2015
 
Point of Contact
Suzanne Miller, Phone: 406-363-9445, Lynda 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
Applicable subparagraph clauses This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis with Illumina for a maintenance service agreement on the HiSeq 2500 and cBot instruments, (period of performance 04/01/2015-03/31-2016), in accordance with the format in Subpart 12.6, 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. Submit offers on NOI-RML-C-15016. This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-80 March 2, 2015. The North American Industry Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5M. This requirement is not set aside for small business. CAGE code is 1WCS2 The National Institutes of Health, (NIAID), Rocky Mountain Laboratories, Research Technologies Section (RTS), offers investigators specialized support for advanced biotechnology research. RTS provides access to state-of-the-art research technology, scientific expertise, and technical support to enhance the research efforts of all NIAID intramural investigators. RTS currently uses an Illumina HiSeq 2500 Sequencer, and cBot to conduct experiments on behalf of all of the NIAID scientists. This acquisition is for a service support agreement to keep this equipment running optimally. In order to maintain the integrity of this on-going research, it is imperative that this equipment be maintained in fully operational status. This maintenance agreement will protect the investment of the laboratory in both the equipment and the research in progress. This agreement must provide full coverage on all service, parts and labor including email and telephone support, all software updates, and unlimited remedial on-site service. Only qualified and certified technicians are allowed to work on this equipment and original manufacturer parts must be used. One preventive maintenance visit during the period of performance shall be provided. All work must be completed by manufacturer certified technicians. FOB Point shall be Destination; Hamilton, MT. Place of Performance: Rocky Mountain Laboratories 903 S 4th St Hamilton, MT 59840 Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. The following FAR provisions apply to this acquisition FAR 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Dec 2014) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items The following contract clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Dec 2014) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2015) The applicable subparagraphs of FAR 52.212-5 are included in the attachment to this posting. Quoter must include the following provision in their quote and check the appropriate response. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____(1) It is not an inverted domestic corporation: and ____(2) It is not a subsidiary of an inverted domestic corporation 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 (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax. This is an open-market combined Notice of Intent for Maintenance Agreement for Illumina HiSeq 2500 and cBot as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).). Submission shall be received not later than March 31, 2015 at 10am Mountain Time. 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 at (millers2@niaid.nih.gov). All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via email to Susie Miller at millers2@niaid.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-C-15016/listing.html)
 
Place of Performance
Address: NIH Rocky Mountain Lab, 903 S 4th St, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN03674212-W 20150322/150320234438-b4ea23aec4e3d9673566b2fc7d9c4138 (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.