SOLICITATION NOTICE
J -- Service Contract for PacBio RSII Sequencer System
- Notice Date
- 4/9/2015
- 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)-2015-108-DLM
- Archive Date
- 5/1/2015
- Point of Contact
- Dorothy Maxwell, Phone: 301-435-0352
- E-Mail Address
-
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- INTRODUCTION: THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). 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 non-competitive sole source basis to Pacific Biosciences, 1380 Willow Road, Menlo Park, California 94025 to provide a service contract for a PACBIO RSII SEQUENCER SYSTEM. Background : The National Institute 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. The National Human Genome Research Institute NHGRI), NIH Intramural Sequencing Center (NISC) is a high-throughput sequencing center supporting all institutes within the NIH. NISC has served the NIH community for over 15 years as a source for high-quality large-scale sequencing and analysis. In addition to providing investigators at the NIH access to large-scale DNA sequencing, NISC plays a major role in several efforts related to the Human Genome Project including a Comparative Vertebrate Sequencing Initiative, the ENCODE Project, and the Mammalian Gene Collection Program. NISC is also an active participant in the International Sequencing Consortium. Purpose and Objectives : The purpose of this sole source solicitation is to procure a service contract for NHGRI/NISC for a Pacific Biosciences Pac Bio RS II Sequencer System. Pacific Biosciences Pac Bio RS II Systems is a Single Molecule, Real-Time (SMRT®) DNA Sequencing System that provides the highest consensus accuracy and longest read lengths of any available sequencing technology. The very long reads produced by the Pacific Biosciences RS II Sequencing System make possible studies of structural variation and repeat content as well as copy number changes, all of which are difficult if not impossible to discern with short read sequence data. The PacBio RS II is therefore a vital component of NISC sequencing production pipeline. It is imperative that the PacBio System is well maintained and operational, in order for NISC's to be completed in a timely fashion and to maintain productivity. Failure of equipment will cause a delay in process down the manufacturing production line and in the delivery of results to customers. Procurement : 1. Standard PacBio RSII System Service Contract, Part Number: 100-236-400, Serial Number: RS42231, Quantity: One (1) Each. Peiod of Performance: 12-Months (June 2015 to June 2016) Contractor's Requirement : • The Contractor shall provide one on-site Preventative Maintenance visit per year. • The Contractor shall provide unlimited on-site emergency visits and up to four applications support visits per year. • The Contractor shall provide Parts and labor coverage for all routine service and maintenance visits. • The Contractor shall provide a Typical response time: 1 business day (remote), 3 business days (on-site). • The Contractor shall provide unlimited phone and email technical support [5am - 5pm Pacific Time, Monday - Friday]. Government Responsibilities : • The Government will follow the operation procedures published by the Contractor, including procedures for routine maintenance. • The Government will maintain the Instrument site in accordance with the Contractor's environmental and electrical site specifications. • The Government will maintain a software release level within one major release of the most current O/S Software release made available by the Contractor. • The Government will not allow repairs, alterations, disassembly, reassembly or removal from facility by persons other than the Contractor or its certified designee. • The Government will adhere that the agreement does not cover service call fees incurred in investigating or remedying any damage or malfunction that results from improper or abnormal use, abuse, neglect, negligence, accident, externally caused short circuits, incorrect voltages, failure or fluctuation of electrical power, lightning, static or other improper external inputs, or Force Majeure. 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 41 U.S.C. 253(c) as set forth in FAR Part 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Additional Information : 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. The acquisition is being conducted under FAR Part 13, simplified acquisition procedures, therefore the requirements of FAR Part 6 B Competitive Requirements are not applicable (FAR Part 6.001). Industry Classification (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard is $20.5M. The resultant Contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-80 (March 2, 2015). This requirement is under the SAT 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 April 16, 2015 and must reference synopsis number HHS-NIH-NHLBI-CSB-(HG)-2015-108-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)-2015-108-DLM/listing.html)
- Place of Performance
- Address: NIH/NISC; Fishers Lane, Bethesda, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN03695300-W 20150411/150409235526-22f39ce04ed4734d7a19a5ffac9632be (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 |