Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2015 FBO #5007
SOLICITATION NOTICE

66 -- Sequencing instrument required for high-output sequencing gene expression analysis.

Notice Date
8/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)-2015-CSS-431
 
Archive Date
9/5/2015
 
Point of Contact
Samantha A. Kelly, Phone: 3014028855
 
E-Mail Address
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis / Solicitation Title: Sequencing instrument required for high-output sequencing gene expression analysis (i)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; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is HHS-NIH-NIDA(SSSA)-2015-CSS-431 and the solicitation is issued as a request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-2-2, dated August 5, 2015. (iv)This acquisition is unrestricted, full and open competition. The associated NAICS code 334516 - Analytical Laboratory Instrument Manufacturing and the small business size standard is 500 employees. (v)Sequencing Instruments to determine Polymerase Chain Reaction (PCR) products for RASL-seq high throughput gene expression assays. (vi)Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose 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, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Center for Advancing Translational Sciences (NCATS) - one of 27 Institutes and Centers at the National Institutes of Health (NIH) - was established to transform the translational process so that new treatments and cures for disease can be delivered to patients faster. The NCATS mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The NCATS strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. Purpose The purpose of requirement is to procure sequencing instruments to determine the sequences of millions of short PCR products (~164 base pairs in length) for RASL-Seq high-throughput gene expression assays. Scope of Work Requirements include that the sequencing instrument must determine the sequences of at least 200 million molecules in a single sequencing reaction and sequencing reads must be a minimum of 75 nucleotides in length with a <1% error rate. Furthermore, the instrument must be able to determine the sequences of both strands of DNA fragments from the same molecule. The specific features are as follows: NextSeq 500 Sequencing System (or brand name equal) features: •Automated generation of DNA clonal clusters •System should include embedded touchscreen monitor, on-instrument computer and system control software •Installation •Training •12 months warranty to include parts and labor MiSeq System (or brand name equal) features: •Automated generation of DNA clonal clusters •System should include embedded touchscreen monitor, on-instrument computer, dual surface imaging capability, system software suite •Installation kits and standards •Installation •Training •12 months of warranty to include parts and labor Product Care Comprehensive Plan for NextSeq 500 (or brand name equal) features: •Full coverage for parts, labor and travel •Reagent replacement upon hardware failures •Remote Technical Support •3 business day average on-site response •Hardware and Software updates •On-Site applications support The specific requirements are as follows: •Sequencing instrument must determine the sequences of at least 200 million molecules in a single sequencing reaction. •Sequence reads must be of minimum 75 nucleotides in length with a <1% error rate. •Must be able to determine the sequences of both strands of DNA fragments from the same molecule •NextSeq 500 and MiSeq Kits (or brand name equal) must be available to enable sequencing of both DNA and RNA starting materials •Must produce easily readable data files for informatics processing. •Must cost no more than $2,000 to generate 200 million reads (vii) The period of performance is within ninety (90) days after receipt of purchase order beginning on September 1, 2015 through December 1, 2015 with the following place of performance: NCATS 9800 Medical Center Drive Rockville, MD 20850 (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered to include past performance. The award will be on the basis of lowest price technically acceptable. (b)Award Criteria Selection of an Offeror for award will be on the basis of lowest price technically acceptable. Technical acceptability includes an evaluation on technical factors (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation of technical acceptability will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this solicitation and all applicable attachments. The merits of each proposal will be evaluated carefully. The offeror must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. (x)The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (xi)FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)52.227-14 Rights in Data-General, (DEC 2007) (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this (xv)Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description, the total cost; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All questions regarding this combined synopsis/solicitation must be received in this office by 8:00AM (EST) on August 12, 2015. Offers must be received electronically by 8:00 AM (EST) on August 21, 2015. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to: Samantha Kelly, Contract Specialist at Samantha.Kelly2@nih.gov Please reference the solicitation number HHS-NIH-NIDA-(SSSA)-CSS-15-431 on your offer. Requests for information concerning this requirement are to be addressed to Samantha Kelly via e-mail only to Samantha.Kelly2@nih.gov prior to the closing date for questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SSSA)-2015-CSS-431/listing.html)
 
Record
SN03829943-W 20150809/150807235903-76c09d1ba30957e32ff390c90d0863c8 (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.