Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
MODIFICATION

66 -- Next Generation Sequencing System

Notice Date
5/11/2020 5:07:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-CSS-20-006643
 
Response Due
5/19/2020 12:00:00 PM
 
Archive Date
06/03/2020
 
Point of Contact
Rashiid Cummins
 
E-Mail Address
rashiid.cummins@nih.gov
(rashiid.cummins@nih.gov)
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-CSS-20-006643 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Illumina Inc. for a Next Generation Sequencing System. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-(b)(1). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-05, with effective date March 30, 2020. (iv) The associated NAICS code is 334516 and the small business size standard is 1000 employees.� This requirement has no set-aside restrictions. (v) Background Information and Objective: The NIA currently has four sequencing systems. A HiSeq 2500 (LGG, CBC), a MiniSeq (LMBI), a newly purchased NovaSeq 6000 (LGG, CBC) and an iSeq (LGG, CBC). The MiniSeq and iSeq are small output instruments and serves best for library quality determinations and shallow sequencing of small genomes. NIA-IRP acquired the HiSeq 2500 sequencer in 2013. Since then it has been the main sequencing machine to serve the needs of the NIA-IRP PIs. However, this machine is now obsolete, and the manufacturer no longer develops kits and software to increase the output from this machine. To replace the obsolete HiSeq 2500 and support the high depth sequencing requirements of the NIA, a NovaSeq 6000 was acquired in 2019. The NovaSeq 6000 is intrinsically designed for large scale projects such as BLSA or GESTALT sample sequencing and will primarily handle that work-load (replacing the HiSeq2500). The NovaSeq has the capability for smaller runs but cannot be operated to concurrently run small and large projects. Thus, to cater to the multiple small-scale projects of individual units and sections at NIA that require fast turnaround, a new Next Generation Sequencing system is required. Generic Name of Product:� Next Generation Sequencing System Purchase Description/Salient Characteristics: A next generation sequencing system offering an intuitive workflow that enables the widest range of applications on a benchtop sequencing system. Seeking innovations such as: Blue-green 2 channel SBS chemistry superior to red-green chemistry Super resolution optics Ultra-high density patterned flow cells On-board bioinformatics on the DRAGEN Bio-IT Platform Single integrated cartridge for user-friendly operations QTY: 1 system Delivery Date: 30 days after receipt of purchase order (vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition. (vii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.212-1, Instructions to Offerors--Commercial Items (MAR 2020) FAR 52.212-3, Offeror Representations and Certifications � Commercial Items (MAR 2020) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (MAY 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of clause) The following clauses apply to this acquisition and are incorporated by reference: HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2020) The following clauses within 52.212-5 apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (2020) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) The following provisions and clauses apply to this acquisition and is attached in full text: Interim NIH Invoice and Payment Provisions (APR 2020) Standard NIH Invoice and Payment Provisions (FEB 2014) (viii) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. (a) 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 following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; and (ii) price. Technical is significantly more important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix) Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (x) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii) Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, shipping and handling costs, prompt payment discount terms, product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All quotations must be received by Tuesday May 19th, 2020 at 3:00 pm Eastern Daylight/Standard Time and must reference solicitation number HHS-NIH-NIDA-CSS-20-006643. Responses must be submitted electronically to Rashiid Cummins, Contract Specialist, at rashiid.cummins@nih.gov Fax responses will not be accepted. (xiii) The name and of the individual to contact for information regarding the solicitation: Rashiid Cummins Contract Specialist rashiid.cummins@nih.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/145b397ba49c4ef0a985c5c29b1840c0/view)
 
Place of Performance
Address: Baltimore, MD, USA
Country: USA
 
Record
SN05652752-F 20200513/200511230206 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.