Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2022 SAM #7555
SOLICITATION NOTICE

66 -- NextSeq 10000 Sequencing System manufactured by Illumina - Brand Name or Equal

Notice Date
8/5/2022 10:10:49 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-2136037
 
Response Due
8/8/2022 1:00:00 PM
 
Archive Date
08/23/2022
 
Point of Contact
Lu Chang, Phone: 2406273034, Laura Grey, Phone: 4063759812
 
E-Mail Address
lu-chang.lu@nih.gov, laura.grey@nih.gov
(lu-chang.lu@nih.gov, laura.grey@nih.gov)
 
Description
Acquisition 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. 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) 2022-04, January 30, 2022. The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. The combined synopsis/solicitation number is RFQ-NIAID-2136037 and this is issued as a Request for Quotes (RFQ), under Brand Name or Equal (considered full and open competition) requirements. This requirement is NOT set aside for small business. BRAND NAME OR EQUAL: NIAID requests responses from qualified sources capable of providing the requirements as outlined. To be considered for award, vendors of �equal� products, including �equal� products of the brand-name manufacturer, must meet the criteria for the salient characteristics of the items specified below. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. Project Description: National Institute of Allergy & Infectious Diseases (NIAID)�s Vaccine Immunology Program (VIP) aids the Vaccine Research Center (VRC) (collectively �Program�) by supporting the development of monoclonal antibodies and vaccines for infectious diseases such as HIV, Influenza, Ebola, and SARS-CoV-2 Coronavirus. Support is through a state-of-the-art laboratory performing Phase 1 and Phase 3 clinical end point testing to inform further study designs, research questions and vaccine modification and design. As part of a broader strategy to determine the immune responses to infection and vaccination, VIP has employed Illumina sequencing technology to evaluate B-cell responses forth both the transcriptomics level and VDJ characterization. In order to accomplish this, Program needs a specific type of sequencer to perform assay testing in support of researching B-cell responses to diseases such as SARS CoV-2 infection and vaccination. Requirements: Brand Name or Equal items: NextSeq 1000 Sequencing System (Part # 20038898) Illumina NextSeq 1000 Sequencing System is an integrated system for automated generation of DNA clonal clusters by bridge amplification, sequencing, primary analysis, and secondary analysis. System 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). Shipping and Handling and any applicable fees will be included in the total. See justification documents (attached) for a description of features, functionalities, and compatibilities that would be required. Place of Performance or Delivery: NIH-NIAID-VIP 9 West Watkins Mill Road Suite 150 Attn: Leonid Serebryannyy Gaithersburg, MD 20878 FOB: Destination 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. By submitting an offer in response to this RFQ, confirms acceptance that the government terms and conditions will prevail over the award. The responsible contractor must be an authorized seller of these items. The award will be based on the best value to the government, including the following: the capability to meet the brand name or equal requirement and price. Submission shall be received not later than August 8, 2022 @ 4:00 PM EST Offers may be e-mailed to Lu Chang at , Offers shall include RFQ number in the subject line (RFQ-NIAID-2136037). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). 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 Lu Chang at . ________________________________________________________________________________________________________ By submitting a response to this posting, your facility is accepting that the following Government Terms and Conditions shall prevail over the purchase order award: The following FAR provisions apply to this acquisition: 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b) To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. 52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998) 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 this/these address(es): https://www.acquisition.gov/ FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2021) FAR 52.229-11 Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) The following FAR contract clauses apply to this acquisition: 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) 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 this address:� http://farsite.hill.af.mil/vffara.htm FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Health and Human Services Acquisition Regulations (HHSAR) The following additional Health and Human Services Acquisition Regulations (HHSAR) clauses are applicable to this requirement, copies are available from http://www.hhs.gov/policies/hhsar/: Provisions 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) Clauses 352.203-70 Anti-Lobbying (December 18, 2015) 352.208-70 Printing and Duplication (December 18, 2015) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015) The following additional provisions and clauses are applicable to this requirement and provided in full text as Attachments: FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 2021) (Tailored) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2021) 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/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/17bc6041a1bf4124b149c4a261a83094/view)
 
Place of Performance
Address: Gaithersburg, MD 20878, USA
Zip Code: 20878
Country: USA
 
Record
SN06416594-F 20220807/220805230121 (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.