Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2007 FBO #2181
SOLICITATION NOTICE

B -- Genomic Services - DNA Sequencing

Notice Date
11/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NOI8169
 
Response Due
11/30/2007
 
Archive Date
12/15/2007
 
Point of Contact
Terry Knight, Purchasing Agent, Phone 301-402-6162, Fax 301-480-8720, - Linda Taylor, Contracting Officer, Phone 301-402-5762, Fax 301-480-3695
 
E-Mail Address
knightte@niaid.nih.gov, ltaylor@niaid.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/notice of intent 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; quotes are not being requested and a written solicitation will not be issued. This requirement is being issued as a Notice of Intent under NOI. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside. The switching to any other contractor other than Agencourt Bioscience Corporation would result in significant time delay of service and additional cost to the government. The North American Industry Classification System (NAICS) code for this acquisition is 541380 and the Small Business Size Standard is 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure high numbers of single pass PCR Sequencing done in a reliable quick turn around using Simplified Acquisition Procedures with Agencourt Bioscience Corporation. The Contractor shall furnish the necessary services, qualified personnel, materials, equipment, and facilities, not otherwise provided by the Government, as needed to perform the work set forth. Deliverables will be deliver sequence data as trace files (.scf or .abl). A standard nomenclature system will be utilized: Customer AssignedPlateName Well ID_F or R.FileType. (Fee for Non std.nomenclature). In addition, sequence files (.seq) and quality transferred to the customer via FTP. This service package does not include data assembly or analysis. Definition for a passing read, based on the National Human Genome Research Institute's standard definition, is an attempt that yields a minimum of 100 PHRED 20 bases. This criteria was established for PCR amplicons greater than 150 bp. Overall project pass rates for PCR ampliconc typically range from 80% to 90%. We expect vendor to make commercially reasonable efforts to complete all sequencing jobs in the shortest possible time without adversely affecting quality. Agencourt Bioscience will typically complete the sequencing of 10,000 PCR amplicons or fewer within 10 business days. All above task shall be performed at a vendor provided location. This procurement shall be for a period of performance from December 1, 2007 through February 29, 2008. The FOB Point shall be Destination, Bethesda, MD 20892. The government will award a firm fixed price purchase order to the responsible contractor. All responses will be considered by the agency. FAR 52.212-1 Instructions to Offerors Commercial Items; Offerors must include with their offer a completed copy of the Provision FAR 52.212.3 Offeror Representations and Certifications Commercial Items; FAR 52.212.4 Contract Terms and Conditions of Commercial Items; FAR 52.212.5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items. To be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccrgov/ 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.
 
Place of Performance
Address: Purchase for: NIAID, National Institutes of Health, Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01451931-W 20071116/071114223600 (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.