Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

66 -- ILLUMINA NEXTSEQ 2000 SEQUENCER

Notice Date
1/12/2021 9:28:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2051084
 
Response Due
1/19/2021 7:00:00 AM
 
Archive Date
02/03/2021
 
Point of Contact
Skye Duffner, Phone: 4068026092, Julienne Keiser, Phone: 4063639370
 
E-Mail Address
skye.duffner@nih.gov, jkeiser@niaid.nih.gov
(skye.duffner@nih.gov, jkeiser@niaid.nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2051084 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021/02, Effective 11/23/2020.� The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees. This is not set-aside for small business. This is a Brand-Name requirement. Description of the Requirement: The Nonhuman Primate Immunogenicity Section (NHPIS) of NIAID has increased workload due to COVID-19 vaccine development. The CHI workload has more than doubled and we need an additional Illumina sequencer to keep up with the new workload. The Advanced NGS sequencing for thousands of B- and T-cells using the 10X Chromium platform requires higher sequencing throughput, this is �achieved by the Nextseq 2000, which is compatible with the current operating equipment. We require an Illumina sequencer with higher capacity for improved sequencing coverage and depth and the ability to run multiple samples at one time. The requirement is to obtain a NextSeq 2000 Sequencer or equal and compatible sequencer that will enable high-throughput sequencing of genomes, transcriptomes and metagenomes. Implementation of single cell methods, such as CITE-seq and ATAC-seq, require sequencing instrument with a high throughput. The upgraded model runs more samples at a time, ensuring workflow isn�t interrupted. We need a sequencer, that �is compatible with the one we currently use. Requirements: Brand-name or equal: Nextseq 2000 Sequencing System Catalog #20038897 Includes: embedded touchscreen monitor and on-instrument computer, control software, hardware accelerated Dragen Bio-IT secondary analysis pipelines, installation and training, and 12 months warranty (including parts and labor). Place of Performance: 9 West Watkins Mill Rd, Gaithersburg, MD 20878 Delivery Date: 30 Days ARO. *Please include your DUNS number *Include response to FAR 52.204-26 attachment and return with quote. Please include 52.204-24 if applicable. Submission shall be received not later than 10:00 a.m. EST January 19, 2021. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the following; price, capability to meet the requirements, delivery and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Nov 2020) FAR 52.212-1 Instructions to Offerors Commercial Items (Jun 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2020) 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 (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2020) *The applicable subparagraphs are included in the attachment to this posting. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be mailed, e-mailed or faxed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Jun 2020) 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 e-mail to Ms. Skye Duffner at skye.duffner@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e58b21dc11de4356ad5aaf107bdb0d4f/view)
 
Place of Performance
Address: Gaithersburg, MD 20878, USA
Zip Code: 20878
Country: USA
 
Record
SN05890406-F 20210114/210112230112 (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  © 1994-2020, Loren Data Corp.