MODIFICATION
65 -- Reagent Kits
- Notice Date
- 8/28/2020 6:49:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-CSS-20-004716
- Response Due
- 9/3/2020 12:00:00 PM
- Archive Date
- 09/18/2020
- Point of Contact
- Rashiid Cummins
- E-Mail Address
-
rashiid.cummins@nih.gov
(rashiid.cummins@nih.gov)
- Description
- (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-CSS-20-004716 and the solicitation is issued as a request for quotation (RFQ). 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�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Illumina Inc., 5200 Illumina Way, San Diego, CA 92122-4616. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-(b)(1). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-08, with effective date August 13, 2020. (iv) The associated NAICS code is 325413 and the small business size standard is 1,250 employees.� This requirement has no set-aside restrictions. (v) Background Information and Objective: The purpose of this acquisition is to obtain sequencing reagents kits to continue to perform genomics characterization in the Stem Cell Translation Laboratory (SCTL). Generic Name of Product:� NovaSeq 6000 SP Reagent Kit (100 cyc) NovaSeq 5000/6000 S1 Rgt Kit (100 cyc)� NovaSeq 5000/6000 SP Rgt Kit (300 cyc) NovaSeq 5000/6000 S1 Rgt Kit (300 cyc) NovaSeq 5000/6000 S2 Rgt Kit (300 cyc) NSQ 500/550 Hi Output KT v2.5 (300 CYS), NSQ 500/550 Hi Output KT v2.5 (75 CYS), NextSeq 1000/2000 Reagents Mid-Output 100 cyc P2 NextSeq 1000/2000 Reagents Mid-Output 300 cyc P2� Purchase Description/Salient Characteristics: Item #1: NovaSeq 6000 SP Reagent Kit (100 cycles) (Cat. No. 20027464) Item #2: NovaSeq 6000 S1 Reagent Kit (100 cycles) (Cat. No. 20012865) Item #3: NovaSeq 6000 SP Reagent Kit (300 cycles) (Cat. No. 20027465) Item #4: NovaSeq 5000/6000 S1 Rgt Kit (300 cyc) (Cat. No. 20012863) Item #5: NovaSeq 5000/6000 S2 Rgt Kit (300 cyc) (Cat. No. 20012860) Ready-to-use reagent cartridges for streamlined operation Radio-frequency identification (RFID) encoded consumables ensure reagent traceability and compatibility Multiple flow cell and read length configurations support a wide range of applications Kits are available in three flow cell configurations; select the desired option when ordering. SP and S1 provide the fastest run times on the NovaSeq System and are ideal for smaller batch sizes or in situations where rapid turnaround time is required S2 is a quick, powerful, and cost-effective option for high-throughput applications Item #6: NSQ 500/550 Hi Output KT v2.5 (300 CYS) (Cat. No. 20024908) Item #7: NSQ 500/550 Hi Output KT v2.5 (75 CYS) (Cat. No. 20024906) Reagent kits for existing sequencer for small scale reactions Robust base calling and improved signal-to-noise ratio Multiple options for both sequencing output and read length Simplified reagent cartridge configurations, with improved workflow and cartridge loading Intuitive labeling and RFID-encoded reagents Optimized chemistry with the latest in sequencing by synthesis (SBS) and bridge-amplification cluster generation Item #8: NextSeq 1000/2000 Reagents Mid-Output 100 cycle (P2) (Cat. No. 20038899) Item #9: NextSeq 1000/2000 Reagents Mid-Output 300 cycle (P2) (Cat. No. 20040558) Blue-green 2 channel SBS chemistry superior to red-green chemistry Super resolution optics Ultra-high density patterned flow cells On-board bioinformatics on the DRAGEN Bio-IT Platform Single integrated cartridge for user-friendly operations Quantity: Item #1: NovaSeq 6000 SP Reagent Kit (100 cycles) (Cat. No. 20027464) (Quantity: 6) Item #2: NovaSeq 6000 S1 Reagent Kit (100 cycles) (Cat. No. 20012865) (Quantity: 4) Item #3: NovaSeq 6000 SP Reagent Kit (300 cycles) (Cat. No. 20027465) (Quantity: 5) Item #4: NovaSeq 5000/6000 S1 Rgt Kit (300 cyc) (Cat. No. 20012863) (Quantity: 6) Item #5: NovaSeq 5000/6000 S2 Rgt Kit (300 cyc) (Cat. No. 20012860) (Quantity: 5) Item #6: NSQ 500/550 Hi Output KT v2.5 (300 CYS) (Cat. No. 20024908) (Quantity: 4) Item #7: NSQ 500/550 Hi Output KT v2.5 (75 CYS) (Cat. No. 20024906) (Quantity: 5) Item #8: NextSeq 1000/2000 Reagents Mid-Output 100 cycle (P2) (Cat. No. 20038899) (Quantity: 2) Item #9: NextSeq 1000/2000 Reagents Mid-Output 300 cycle (P2) (Cat. No. 20040558) (Quantity: 2) Delivery Date: We require that the vendor provide these items in four (4) shipments per the following instructions: Shipment #1: Two (2) of NovaSeq 6000 SP Reagent Kit (100 cycles) (Cat. No. 20027464), One (1) of NovaSeq 6000 S1 Reagent Kit (100 cycles) (Cat. No. 20012865), Two (2) of NovaSeq 6000 SP Reagent Kit (300 cycles) (Cat. No. 20027465), One (1) of NovaSeq 5000/6000 S1 Rgt Kit (300 cyc) (Cat. No. 20012863), One (1) of NovaSeq 5000/6000 S2 Rgt Kit (300 cyc) (Cat. No. 20012860), Four (4) of NSQ 500/550 Hi Output KT v2.5 (300 CYS) (Cat. No. 20024908), Three (3) of NSQ 500/550 Hi Output KT v2.5 (75 CYS) (Cat. No. 20024906), Shipment #1 must be delivered within three weeks after the order is completed. Shipment #2: Two (2) of NovaSeq 6000 SP Reagent Kit (100 cycles) (Cat. No. 20027464), One (1) of NovaSeq 6000 S1 Reagent Kit (100 cycles) (Cat. No. 20012865), One (1) of NovaSeq 6000 SP Reagent Kit (300 cycles) (Cat. No. 20027465), Two (2) of NovaSeq 5000/6000 S1 Rgt Kit (300 cyc) (Cat. No. 20012863), One (1) of NovaSeq 5000/6000 S2 Rgt Kit (300 cyc) (Cat. No. 20012860), Two (2) of NSQ 500/550 Hi Output KT v2.5 (75 CYS) (Cat. No. 20024906), Shipment #2 must be delivered 3 months after Shipment #1 is sent by the vendor. Shipment #3: Two (2) of NovaSeq 6000 SP Reagent Kit (100 cycles) (Cat. No. 20027464), One (1) of NovaSeq 6000 S1 Reagent Kit (100 cycles) (Cat. No. 20012865), One (1) of NovaSeq 6000 SP Reagent Kit (300 cycles) (Cat. No. 20027465), Two (2) of NovaSeq 5000/6000 S1 Rgt Kit (300 cyc) (Cat. No. 20012863), One (1) of NovaSeq 5000/6000 S2 Rgt Kit (300 cyc) (Cat. No. 20012860), Shipment #3 must be delivered 3 months after Shipment #2 is sent by the vendor. Shipment #4: One (1) of NovaSeq 6000 S1 Reagent Kit (100 cycles) (Cat. No. 20012865), One (1) of NovaSeq 6000 SP Reagent Kit (300 cycles) (Cat. No. 20027465), One (1) of NovaSeq 5000/6000 S1 Rgt Kit (300 cyc) (Cat. No. 20012863), Two (2) of NovaSeq 5000/6000 S2 Rgt Kit (300 cyc) (Cat. No. 20012860), Two (2) of NextSeq 1000/2000 Reagents Mid-Output 100 cycle (P2) (Cat. No. 20038899) Two (2) of NextSeq 1000/2000 Reagents Mid-Output 300 cycle (P2) (Cat. No. 20040558) Shipment #4 must be delivered 3 months after Shipment #3 is sent by the vendor. (vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition. (vii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far �� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-26 Covered Telecommunications Equipment or Services � Representation (DEC 2019) FAR 52.212-1, Instructions to Offerors--Commercial Items (JUN 2020) FAR 52.212-3, Offeror Representations and Certifications � Commercial Items (JUN 2020) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of clause) The following clauses apply to this acquisition and are incorporated by reference: HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.204-19 Incorporation by Reference Representations and Certifications (DEC 2014) 52.212-4 Contract Terms and Conditions Commercial Items (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2020) The following clauses within 52.212-5 apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-28 Post Award Small Business Program Representation (MAY 2020) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2020) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-50 Combating Trafficking in Persons (JAN 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) The following provisions and clauses apply to this acquisition and are attached in full text: Standard NIH Invoice and Payment Provisions (FEB 2014) Interim NIH Invoice and Payment Provisions (APR 2020) (viii) 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. The following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement; and (ii) price. Technical is significantly more important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix) Offerors must include a completed copy of the following provisions with their offer: 52.212-3, Offeror Representations and Certifications - Commercial Items (JUN 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec�2019) (x) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii) 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, shipping and handling costs, prompt payment discount terms, product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. 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 quotations must be received by Thursday September 3rd, 2020 at 3:00 pm Eastern Daylight/Standard Time and must reference solicitation number HHS-NIH-NIDA-CSS-20-004716. Responses must be submitted electronically to Rashiid Cummins, Contract Specialist, at rashiid.cummins@nih.gov Fax responses will not be accepted. (xiii) The name and of the individual to contact for information regarding the solicitation: Rashiid Cummins Contract Specialist rashiid.cummins@nih.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7a7bb6e5019c4ef488c5a9b8751341cd/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN05777319-F 20200830/200831093735 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |