Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
MODIFICATION

J -- Illumina Sequencer Maintenance

Notice Date
12/2/2016
 
Notice Type
Modification/Amendment
 
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 Child Health and Human Development, Contracts Management Branch, 6710B Rockledge Dr., Suite 1124, MSC7000, Bethesda, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NICHD-17-017
 
Archive Date
12/19/2016
 
Point of Contact
Tina Robinson, Phone: 301-443-7796
 
E-Mail Address
tr207f@nih.gov
(tr207f@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice modified to add Technical Support hours and Standard to On-site coverage. There are no other changes to this notice. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NICHD-17-017 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-92. The North American Industry Classification (NAICS) Code is 811219 and the business size standard is $20.5m. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) at the National Institutes of Health (NIH) intends to contract on a sole source basis with Illumina Inc., 5200 Illumina Way, San Diego, CA 92122 to procure a fixed priced one year service agreement for the following Illumina instruments: 1. Product Care HiSeq® 2500 DNA sequencer (sn: D00762) Comprehensive Plan: Includes full coverage for parts, labor and travel; Reagent /kits replacement upon Hardware failures @ no charge, 1PM; Remote Technical Support; Service technician/personal shall acknowledge repair request w/in 24 business hours, priority scheduling for service calls, on-site responses shall occur w/in three business days when required, Hardware/Software updates: On-site applications support; advanced application training, Field Application Scientist Support - Standard On-Site coverage hours/days are 5x18 (M-F, 8:00 am to 5:00 pm local time, excluding holidays) phone support and 5x24 email access to Technical Support hours Sunday 3:30pm to Friday 5:00pm PST. Replacement parts/reagents and hardware/software updates/upgrades provided must be Original Equipment Manufacturer (OEM) certified. Coverage period start date mid to late December 2016. 2. Product Care MiSeq® DNA sequencer (sn: M04210) Comprehensive Plan: Includes full coverage for parts, labor and travel; Reagent/kits replacement upon Hardware failures @ no charge: Remote Technical Support; Service technician/personal shall acknowledge repair request w/in 24 business hours, priority scheduling for service calls, on-site responses shall occur w/in three business days when required, Hardware/Software updates: On-site applications support; advanced application training - Standard On-site coverage hours/days are 5x18 (M-F, 8:00 am to 5:00 pm local time, excluding holidays) phone support and 5x24 email access to Technical Support hours Sunday 3:30pm to Friday 5:00pm PST. Replacement parts/reagents and hardware/software updates/upgrades provided must be Original Equipment Manufacturer (OEM) certified. Coverage period start date mid to late December 2016. Illumina is the sole provider of service for the Illumina pieces of equipment. Only Illumina, Inc. has technical service representatives who receive comprehensive and on-going factory training and regular technical updates, as well as having direct access to original manufacturer's parts to help maintain the instruments in optimal condition. Illumina can engage directly with the engineers that designed the instruments, to help resolve challenging technical support needs. These instruments by virtue of their complex nature containing multiple individual components require regular maintenance as well as alignment and calibrations which can only be carried out by dedicated knowledgeable engineers trained specifically by the manufacturer, Illumina Inc. No other vendor has either access or has to ability to provide these specialized parts. These sequencers are mission critical for the scientific experiments undertaken in the individual laboratories where these devices are maintained in NICHD laboratories. Furthermore, Illumina trains only their engineers on the functions and system control of all these integrated devices. Illumina does not offer this training to anyone outside of their personnel resources. The priority scheduling is very important for the proper upkeep and functionality of these complex sequencers. Thus, timely service is crucial in the functioning of these two sequencers. Acquisition of service contract offering from other entities/third parties providers can lead to substantive problems getting timely service engineer dispatched and can lead to down times on devices. NIH is a research organization where critical experiments require many weeks of tissue culture preparations and also in animal breeding programs, etc. thus such delays will impose a very large financial burden on research laboratories which are hurting for research funds in the first place. Waste of experimental reagents, animals and human resources are the biggest problem in addition to reduction in research productivities. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This notice of intent is not a request for competitive quotations however, all responses received, within twelve days from the date of publication of this synopsis will be considered by the Government. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors used to evaluate offers are (1) technical capability to provide all services/consumables, etc. outline above (2) price; and (3) past performance. Technical and past performance, when combined, are significantly more important than cost or price.- Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the service and products specified in this synopsis should submit a copy of their quotation to the below address or via email to robinsti@mail.nih.gov. Offers must also be accompanied by descriptive literature, warranties and other information that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due twelve calendar days from the publication date of this synopsis or by December 12, 2016 by 10am EST. via email or postal mail or other mailing services. The quotation must reference "Solicitation number" NICHD-17-017. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6710B Rockledge Drive, MSC 1159B, Bethesda, MD 20892. Attention: Tina Robinson, by the date and time mentioned above. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-17-017 in the subject line of email. Faxed copies/responses will not be accepted. Note: In order to receive an award, contractor must be registered and have valid certification in the SAM database @www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD-17-017/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04341874-W 20161204/161202234303-6cbe57e750e9b44b42832c293f1cffeb (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.