SOLICITATION NOTICE
65 -- Sequencing System - Combined Synopsis Solicitation
- Notice Date
- 7/28/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
- ZIP Code
- 27713
- Solicitation Number
- CF4632707
- Archive Date
- 8/26/2017
- Point of Contact
- Christopher J. Fisher, Phone: 919-541-0428
- E-Mail Address
-
christopher.fisher@nih.gov
(christopher.fisher@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis Solicitation REQUEST FOR QUOTATION FOR COMMERCIAL ITEMS R.F.Q. # CF4632707 ISSUE DATE: July 28, 2017 FOR: Sequencing System - Brand Name or Equal Issued by: Christopher Fisher, Contracting Officer email: Christopher.fisher@nih.gov Telephone: (919) 541-0428 NATIONAL INSTITUTE OF ENVIRONMENTAL HEALTH SCIENCES OFFICE OF ACQUISITIONS Quotes shall be submitted via e-mail to Christopher.fisher@nih.gov ISSUED AS FULL AND OPEN COMPETITION WITH BRAND NAME OR EQUAL, NO SET ASIDE. QUOTATION DUE NO LATER THAN 11:00 a.m., August 11, 2017 SUBMITTED BY: (Company Name, Address and Telephone Number) ______________________________________ _____________________________ Phone No. ______________________________________ ______________________________ FAX No. ______________________________________ ______________________________ E-mail ______________________________________ Signature ______________________________ Date ___________________ Name (Type or Print)_____________________ Request for Quotation Commercial Items/ May 16, 2016, FAC Number 2005-88 COMPLETE THE FOLLOWING INFORMATION PERTINENT TO THIS RFQ NOTE: If your company was previously registered in CCR, you do not need to register in SAM as the information was transferred from CCR to SAM. 1. System for Award Management (SAM). The Federal Government is requiring every company and individual conducting business with the Federal Government to be registered in the SAM database prior to award of contracts, purchase orders, basic agreements, basic ordering agreements, and blanket purchase agreements. Contractors/vendors with existing contracts, purchase orders, basic agreements, basic ordering agreements, or blanket purchase agreements must register in the SAM database. Before the Office of Acquisitions at NIEHS will issue new purchase orders or contracts for services or supplies the contractor(s) will need to be contained within the database. If the contractor is not in the database they will be instructed to go to the website at http://www.sam.gov and complete the registration process. 2. Data Universal Numbering System (DUNS) Number. The offeror shall enter the "DUNS" or "DUNS+4" number on the line below that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts for the same parent concern. If the offeror does not have a "DUNS" number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. DUNS Number _______________________________ Tax ID/Employer Identification Number _______________________________ GSA Contract Number (if applicable) _______________________________ Price is valid until (date) _______________________________ Payment Terms _______________________________ VENDOR REMITTANCE ADDRESS (If different from mailing address): _________________________________________________________ _________________________________________________________ _________________________________________________________ THE FOLLOWING IS APPLICABLE TO THIS PROCUREMENT. (1) The North American Industry Classification System (NAICS) code for this acquisition is 811218. (2) The small business size standard is $20.5 million. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (4) All responsible sources may submit a response which, if timely received, must be considered by the agency at (FAR 5.101( a)(2)). SUPPLIES AND PRICES Furnish and deliver, as required by the National Institute of Environmental Health Sciences, at the following fixed price(s): a. Items shall be "BRAND NAME OR EQUAL TO" the following: MANUFACTURER: Illumina San Diego, CA 92122 Catalog numbers are provided below for identification purposes: Number and Descriptive Unit Extended Name Quantity Unit Price Price 1. 20012850 NovaSeq 6000 Sequencing System Brand name or equal. 1 ea ______ ________ _____ 2. SY-312-2001 cBot 2 cluster Generation system Brand name or equal 1 ea ______ ________ _____ TOTAL ________ b. If an "equal" product (or products) is being quoted in lieu of the "brand name" specified herein, the Quoter shall indicate it below and provide the following information: An "equal" product(s) is to be provided in lieu of the "brand name" specified: Quoting on: Item(s) ___________________________________________ ___________________________________________ Manufacturer's Name: ___________________________________________ Brand Name ___________________________________________ Stock #(s) ___________________________________________ ___________________________________________ (Quoters should use an attachment sheet to provide the above information if more space is required.) DESCRIPTION AND SPECIFICATIONS SPECIFICATIONS: COMPARISON PURPOSES: For comparison purposes, the following item(s) meet the requirements of this Request for Quotation: DESCRIPTIVE LITERATURE: QUOTERS MUST PROVIDE DESCRIPTIVE LITERATURE WITH THEIR OFFER. (SEE ATTACHED "INSTRUCTIONS, CONDITIONS, AND NOTICES TO QUOTERS") DESCRIPTION AND SPECIFICATIONS (Brand Name or Equal) SALIENT CHARACTERISTICS: Items shall perform in accordance with current description of the NovaSeq 6000 Sequencing System ad the cBot 2 Custer Generation System catalog descriptions and product information available on the open market and shall not deviate from such published literature in quality, design, or performance requirements. - Generate from 167 Gb and 1.6 B reads to 3 Tb and 10 B reads of data in single flow cell mode - Has a fully automated cluster generator - Capable of handling single end run lengths 36bp to 300bp - Capable of handling paired end reads from both ends of the stand of 75bp 75 to 250bp - Capability to multiplex from 2 to 96 samples per lane - Mix and match flow cells - Must work independently (stream data to BaseSpace on one side, store locally on other side). - Automatic post-run wash once sequencing is complete - Network speed (200 mbps) - Asymmetric runs possible (e.g. 100 x 75) - Flow Cells can be used for single and paired-end recipe - 200/240V, adequate HVAC The Quoter warrants by submission of the information that the product offered also meets the following requirements: Items offered shall equal or exceed the above requirements and/or performance characteristics. These characteristics are not intended to restrict competition; all items offered which equally will perform the same functions will be considered regardless of irrelevant deviations in design. DESCRIPTIVE LITERATURE: QUOTERS MUST PROVIDE DESCRIPTIVE LITERATURE WITH THEIR OFFER. (SEE ATTACHED "INSTRUCTIONS, CONDITIONS, AND NOTICES TO QUOTERS"). BASIS FOR AWARD 1. The Government intends to award an order resulting from this solicitation to the responsible offeror whose quote represents the best value after evaluation in accordance with the factors in the solicitation. Award will be made to the lowest price quote which is deemed to be technically acceptable. TECHNICAL EVALUATION CRITERIA Award will be made in the aggregate to the responsive and responsible offeror fully meeting the mandatory qualification criteria listed below. Offerors must submit information to evaluate their offers based on the criteria listed. Failure to provide the information required to evaluate the offer may result in rejection of that offer without future consideration. The qualification criteria establishes conditions that must be met in order for your offer to be considered. The criteria below are listed in order of relative importance. EVALUATION CRITERIA The required equipment must meet the following criteria: Items shall perform in accordance with current description of the NovaSeq 6000 Sequencing System ad the cBot 2 Custer Generation System catalog descriptions and product information available on the open market and shall not deviate from such published literature in quality, design, or performance requirements. - Generate from 167 Gb and 1.6 B reads to 3 Tb and 10 B reads of data in single flow cell mode - Has a fully automated cluster generator - Capable of handling single end run lengths 36bp to 300bp - Capable of handling paired end reads from both ends of the stand of 75bp 75 to 250bp - Capability to multiplex from 2 to 96 samples per lane - Mix and match flow cells - Must work independently (stream data to BaseSpace on one side, store locally on other side). - Automatic post-run wash once sequencing is complete - Network speed (200 mbps) - Asymmetric runs possible (e.g. 100 x 75) - Flow Cells can be used for single and paired-end recipe - 200/240V, adequate HVAC DELIVERY Delivery shall be "FOB Destination" within the Consignee's premises to the NIEHS at the following location: NIEHS WAREHOUSE BLDG. 110, SOUTH CAMPUS P.O. #______________ 111 T.W. ALEXANDER DRIVE RESEARCH TRIANGLE PARK, NC 27709 Quoter, as a result of any subsequent purchase order, is to provide delivery to the site and installation (if specified), and is required to notify the Project Officer of his exact delivery schedule prior to delivery. The term "FOB" Destination Within the Consignee's Premises" means delivered free of expense to the Government. Reference FAR Clause 52.247-35, entitled "FOB Destination, Within Consignee's Premises" (April, 1984), which is incorporated herein by reference with the same force and effect as if given in full text. Upon request, the Contracting Officer will make the full text available. Prior to delivery, the Project Officer will designate the specific campus and room in which delivery and installation shall be made. Delivery is required within 30 days after receipt of order.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/CF4632707/listing.html)
- Place of Performance
- Address: 111 T W Alexander Drive, RTP, North Carolina, 27509, United States
- Zip Code: 27509
- Zip Code: 27509
- Record
- SN04603655-W 20170730/170728232743-367d28825cae8c3dcd9792a92f86014c (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 |