Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2014 FBO #4636
SOLICITATION NOTICE

66 -- Brand Name or Equivalent, Purchase of two BioNano Genomics Irys™ Systems

Notice Date
8/2/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC42547-83
 
Archive Date
8/27/2014
 
Point of Contact
Gwennifer K. Epps, Phone: 240-276-5445, Terry Galloway, Phone: 240-276-5384
 
E-Mail Address
eppsg@mail.nih.gov, gallowaytl@mail.nih.gov
(eppsg@mail.nih.gov, gallowaytl@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
I. Description of Requirement The National Cancer Institute (NCI), Division of the Center for Cancer Research (CCR), section has the requirement to procure two Brand Name, Irys TM Systems, manufactured by BioNano Genomics Irys TM Systems, 9640 Towne Centre Drive, San Diego, CA. 92121, or Equal. This is a combined synopsis/solicitation 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 being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is N02RC42547-83. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 20) 05-72, (January 2014) Simplified Procedures for a Commercial Item. The Government contemplates only one award of a Firm-Fixed Price contract. The Associated North America Industry Classification Code (NAICS) 334515 and the Business Size Standard are 500. It has been determined there are no opportunities to acquire green products or services for this procurement. The Center for Cancer Research at the National Cancer Institute has multiple laboratories that provide genomics technologies to the CCR research community to advance cancer research, including the CCR Genomics Core and the CCR Genetics Branch. Investigating genomic alterations, including repeat regions and rearrangements are extremely difficult to interpret using current short-read sequencing technologies (e.g., Illumina platform) or array-based technologies. These methods at best provide indirect evidence of structural aberrations. New technologies are needed to supplement the sequencing approaches to permit proper scaffolding of contigs to increase the completion and accuracy of de novo assemblies. CCR investigators currently have access to multiple Cores that offer short-read sequencing and microarray technologies but has no access to platforms that permit the direct measurement of structural variations, including indels, copy number variations, rearrangements and accurate measurement of gaps. In order to meet this requirement, the CCR wishes to acquire two Irys TM Systems to be installed in the CCR Genomics Core and the CCR Genetics Branch. The following salient characteristics apply: The NCI requires a platform or device that enables mapping of extremely long strands of mammalian genomic DNA for comprehensive genome analysis. This system must include: a. A bench top instrument that performs electrophoresis and imaging of labeled DNA in a flow cell, for genomics analysis. b. Electronically operated instrument that contains an embedded computer to program each run, regulate all the functions, and monitor instrument performance. c. Reagents and consumables for DNA extraction, labeling, and staining DNA from a variety of sample sources, and loading must be available commercially to support the mapping of mammalian genomes. d. Nanofluidic environment to allows molecules to move swiftly through thousands of parallel channels simultaneously, enabling high-throughput processing to build a more accurate genome map. e. Software and algorithms for quality control, de novo assembly, and sequence or reference alignment must be available for post-process analysis of DNA samples. f. An integrated system with the ability to visualize unamplified, native-state DNA molecules at a minimum of hundreds of kilobases long, and up to and longer than a megabase. g. Must include at least 3 laser lines for detection of multiple events. II. Delivery Contractor(s) shall deliver the item within 30 days after award to NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. III. Installation The contractor shall install the equipment and have ready to use within seven (7) days after delivery. IV. Payment Payment shall be made after delivery, installation, and successful operation of the camera parts. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: August 12, 2014 at 11:00 am, EST. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark 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 quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products; including quote mark equal quote mark 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate quote mark equal quote mark 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 quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. 52.212-3 Offerors Representations and Certifications Commercial Items (November 2013) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.247-34 FOB Destination 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (January 2014). The following additional FAR clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-37 Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer System for awards Management 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.246-2 Inspection of Supplies-Fixed Price Full text copies of the representations and certifications for other cited provisions and clauses many be obtained on line at the NCI website at http://rcb.cancer.gov/rcb-internnet/index.jsp or from Gwennifer Epps, Contracting Officer at eppsg@mail.nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on August 12, 2014. Please refer to the solicitation number N02RC42547-83 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through sam.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above by August 12, 2014. No collect calls will be accepted. In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC42547-83 /listing.html)
 
Place of Performance
Address: National Cancer Institute/NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03447699-W 20140804/140802233018-9887eccae0efba628e0f82f2893b99a0 (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.