Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2014 FBO #4543
SOLICITATION NOTICE

J -- iScan and Tecan LiHS Service Contract Renewal

Notice Date
5/1/2014
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
HHS-NIH-NHLBI-CSB-(HG)-2014-122-DLM
 
Archive Date
5/24/2014
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). INTRODUCTION: THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisition (OA) on behalf of the National Human Genome Research Institute, (NHGRI), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Illumina Inc., 9885 Towne Centre Drive, San Diego, California 92121-1975. BRAND NAME: ILLUMINA, INC. The following systems for this service contract renewal: 1. Illumina iScan, Standard Type Contract, Part Number: SV-102-1002, Serial Number: N345, One (1) Each, 12-Months; 2. Ilumina Tecan LiHA, Silver Type Contract, Part Number: SV-121-2001, Serial Number: 708005550, One (1) Each, 12-Months. BACKGROUND: The National Institutes of Health (NIH) mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. The National Human Genome Research Institute (NHGRI), mission has expanded to encompass a broad range of studies aimed at understanding the structure and function of the human genome and its role in health and disease. NHGRI supports the development of resources and technology that will accelerate genome research and its application to human health. A critical part of the NHGRI mission continues to be the study of the ethical, legal and social implications (ELSI) of genome research. NHGRI also supports the training of investigators and the dissemination of genome information to the public and to health professionals. The National Human Genome Research Institute (NHGRI), Genomic Technology Branch (GTB) studies the structure and function of genomes in disease and normal states. The investigators have developed world-class expertise in a wide range of genomic techniques, including the mapping and sequencing of mammalian chromosomes, gene isolation, systematic mutagenesis, developmental genomics, and computational analysis of DNA and protein sequences. GTB investigators are actively studying the genetic causes of rare disorders, such as hereditary deafness, progeria, and peripheral neuropathies. Also, the study of genetic contributions to more common conditions, such as type 2 diabetes and neural tube defects, and are investigating how particular genes may influence normal health and even longevity. The iScan and Tecan LiHa service contract has expired; therefore, a renewal service contract is needed for the two instruments that are used every day in the Genomics Core lab. Justification: The Genomics Core makes genotyping services available to NHGRI investigator. The iScan and Tecan LiHa instruments have generated approximately 1 billion SNP genotypes for investigators in six different branches in NHGRI institute in the last year. NGHRI investigators rely on the Genomics Core Lab to maintain the equipment to the highest standard, including having access to expert repairs, appropriate parts and technical support when the need should arise. The renewal of this Service Contract with Illumina, guarantees that we can provide that level of confidence of the systems being operational and serviced if needed. Illumina designed built, and optimized these instruments for efficient service. Illumina provided proprietary software for these instruments that allows the engineer to diagnose the defect and correct it. The Illumina iScan and Tecan LiHA were designed and customized to meet the needs of the high-density arrays as well as the needs of NHGRI. Contractor Requirements: 1. The Contractor shall provide service and maintenance of the Instrument, and support for the Software, for a period as defined on this Agreement. Includes full coverage on parts and labor. 2. The Contractor shall provide On-Site response within 3 business days. 3. The Contractor shall be available for Critical and non-critical updates which may be required in order to improve its use and reliability. Such updates shall be covered by this Agreement. Updated Software shall be subject to this Agreement in all respects. Updates shall not extend the defined Agreement coverage period. 4. The Contractor shall provide full coverage of labor and necessary warranted parts Government Responsibilities: 1. The Government will keep the Equipment at all times in the environmental conditions recommended by the manufacturer. And, protect the Instrument and associated Hardware from all adverse elements, such as dirt, dust and liquids of any kind. 2. The Government will use the Equipment only in accordance with such instructions and recommendations relating to the care and operation of the Equipment as may be issued by the manufacturer of the Equipment or as may from time to time be advised in writing by the Contractor. 3. The Government will not allow any person other than the Contractor's representatives or the Customer's representative working under the Contractor's specific instruction, to maintain, repair or replace any part of the Equipment. 4. The Government will understand that the Agreement does not cover repairs or software support required to remedy breakdown or damage which results from operator errors, abnormal or unapproved uses, unauthorized installed software or software updates, acts of third parties, viruses, faulty electrical connections, fluctuations or failures in air conditioning, heating or cooling systems and electrical power failures. 5. The Government will adhere to normal daily, weekly, monthly, quarterly and semi-annual maintenance services such as the replacement of fuses, lamps, tubes, reagents and probes, as defined in the Operator Manual or Customer Bulletins. Reporting Requirements and Deliverables: • The Contractor shall provide a summary report of their action after a repair and/or preventive maintenance inspection. Inspection and Acceptance Requirements : • The Government will accept the job performed by the Contractor. If it is a repair, equipment needs to demonstrate continuous performance. REGULATORY AUTHORITY: This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b) Soliciting from a single source, only one responsible source and no other supplies or services will satisfy agency requirements. ADDITIONAL INFORMATION : Industry Classification (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance and the Small Business Size Standard is $19.0M. The resultant Contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-73 (April 29, 2014). This requirement is under the Simplified Acquisition Threshold of $150,000.00. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by May 9, 2014 and must reference synopsis number HHS-NIH- NHLBI-CSB-(HG)-2014-122-DLM, may be submitted to the National, Heart, Lung and Blood Institute, Office of Acquisition, COAC Services Branch, 6701 Rockledge Drive, Suite 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell. Response may be submitted electronically to maxwelld@mail.nih.gov. Faxes will not be accepted. Responses will only be accepted if dated and signed by an authorized company representative. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHS-NIH-NHLBI-CSB-(HG)-2014-122-DLM/listing.html)
 
Place of Performance
Address: NIH, Building 50, Bethesda, Maryland, United States
 
Record
SN03354322-W 20140503/140501235303-846a1704cc981eafc5aba263fdee24fe (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.