SOLICITATION NOTICE
66 -- Illumina Service Support Agreement
- Notice Date
- 3/11/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NOI-RML-5-14022
- Archive Date
- 3/21/2014
- Point of Contact
- Suzanne Miller, Phone: 4063639445, Lynda Kieres, Phone: 406-363-9210
- E-Mail Address
-
millers2@niaid.nih.gov, lkieres@niaid.nih.gov
(millers2@niaid.nih.gov, lkieres@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation, Notice of Intent. The Government intends to negotiate on a sole source basis with Illumina for a maintenance service agreement on the HiSeq 2500 and cBot instruments, (period of performance 04/01/2014-03/31-2015), 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. Submit offers on NOI-RML-5-14022. The National Institutes of Health, (NIAID), Rocky Mountain Laboratories, Research Technologies Section (RTS), offers investigators specialized support for advanced biotechnology research. RTS provides access to state-of-the-art research technology, scientific expertise, and technical support to enhance the research efforts of all NIAID intramural investigators. RTS currently uses an Illumina HiSeq 2500 Sequencer, and cBot to conduct experiments on behalf of all of the NIAID scientists. This acquisition is for a service support agreement to keep this equipment running optimally. In order to maintain the integrity of this on-going research, it is imperative that this equipment be maintained in fully operational status. This maintenance agreement will protect the investment of the laboratory in both the equipment and the research in progress. This agreement must provide full coverage on all service, parts and labor including email and telephone support, all software updates, and on-site service. Only qualified and certified technicians are allowed to work on the Sequencer and must use original manufactured parts. One preventive maintenance visit during the period of performance shall be provided. All work must be completed by manufacturer certified technicians. FOB Point shall be Destination; Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (FAR 52.204 (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database (www.sam.gov) 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; FAR 52.212-1 Instructions to Offerors 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; FAR 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer; FAR 52.222-3 Convict Labor ; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies ; This will be a firm fixed price contract in accordance with the statutory authority for this sole source requirement 41 U.S.C. 253 (c) (1) as implemented by FAR 6.302-1 only one source available, no substitutions possible, and this item contains proprietary data/patent information. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE NOT BEING REQUESTED, AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72, dated January 30, 2014. The associated North American Industry Classification System (NAICS) Code is 811219 which has a size standard of $19.0 in millions of dollars. All responsible sources who feel they can meet these requirements shall submit an offer that will be considered by the Agency. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Offers must be submitted no later than 12:00 pm Mountain Standard Time, 3/20/14. Offers may be mailed to Suzanne Miller 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 (millers2@niaid.nih.gov).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-5-14022/listing.html)
- Place of Performance
- Address: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN03307836-W 20140313/140311235201-ce6eaf9f04b98e3efea45587caffb735 (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 |