SOLICITATION NOTICE
66 -- SEQUENCER
- Notice Date
- 2/20/2008
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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
- Reference-Number-RML-RFQ-8004
- Response Due
- 3/5/2008
- Archive Date
- 3/20/2008
- Point of Contact
- Julienne Keiser, Purchasing Agent, Phone 406-363-9370, Fax 406-363-9288, - John Foley, Contracting Officer, Phone 301-402-2284, Fax 301-480-0689
- E-Mail Address
-
Jkeiser@niaid.nih.gov, jfoley@NIAID.NIH.GOV
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6, in conjunction with FAR 13.5, as applicable, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested & a written solicitation will not be issued. Submit offers on RML-RFQ-8004. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23 dated 1/25/08. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500. SCHEDULE: The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories (RML), has been charged with the responsibility to aide and support fellow investigators in their research to better understand and treat infectious and immunologic diseases. The RML has state-of-the-art equipment and technologies to perform large, high-throughput experiments via collaborative efforts with NIAID researchers. The RML has a need for a next-generation sequencer containing an integrated computing infrastructure with the flexibility to carry out many applications and the scalability of running single to multiple samples per instrument run with ultra high throughput and unparalleled accuracy. The contractor shall provide the RML with a total of 1(one) next-generation sequencer system that shall consist of, but not limited to, the following specifications as described in this solicitation. At minimum, the sequencer must be capable of ultra high throughput applications for whole bacterial genome sequencing- including autoassemblies and scaffolding, targeted human gene re-sequencing, and human transcriptome analyses using both fragment and paired-end libraries. The instrument must include all of the components necessary to perform the sequencing reaction, detection and data analysis, including a reagent delivery system, and an on board computer system. Reagents optimized for the use of the instrument and support for the application must be available through the instrument vendor. The system must be capable of running at least 8(eight) individual and independent samples without the need for pooling during a run. The system must support sample preparation for fragment and paired-end libraries. The system must be capable of incorporating paired-end libraries with fragment sizes approximately 2kb as this is a minimum optimal size preferred for successful whole genome bacterial sequencing. The system must be capable of generating at least 1GB of mappable data per run. On system computers must be capable of performing real-time quality control at the level of server processing for assembly, scaffold comparisons, and annotation efforts. The system computer must contain necessary hardware and storage capacity to enable data analysis to be done on the system computer. Software must be provided to enable base calling, quality values using probability of error, and alignment to a reference. The contractor will keep all RML-derived data secure and will not release or maintain any of the data beyond this contract effort. If internet or network connectivity is needed in order to perform the work, or transfer deliverables, contractor computers will be secure and in compliance with RML IT security procedures and policies. Should the contractors need internet access while on-site for the installation, it will need to be coordinated with an RML staff member. Quotes shall include on site installation and training, warranty information and pricing for optional extended service contracts. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR 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; 52.212-1 Instructions to Offerors Commercial Items; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR52.227-14 Rights In Data General; HHSAR 352.224.70 (b)(f) Confidentiality of Information Clause. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, and the best value to the government. Offers may be mailed to Julienne Keiser at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at (JKeiser@niaid.nih.gov). Offers must be submitted not later than 4:30 PM (MST) 3/5/08. Copies of the above-referenced clauses are available from http://www.arnet.gov/far/current/html/52_000_107.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Place of Performance
- Address: ROCKY MOUNTAIN LABS, 903 S. 4TH STREET, HAMILTON, MT
- Zip Code: 59840
- Country: UNITED STATES
- Zip Code: 59840
- Record
- SN01512498-W 20080222/080220223510 (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 |