SOLICITATION NOTICE
J -- Service Agreement for Illumina MiSeq NG Sequencer and NextSeq Sequencer
- Notice Date
- 12/10/2020 6:40:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95021Q00030
- Response Due
- 12/14/2020 12:00:00 PM
- Archive Date
- 12/29/2020
- Point of Contact
- Mark McNally, Phone: 3018275869
- E-Mail Address
-
mark.mcnally@nih.gov
(mark.mcnally@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 75N95021Q00030 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 and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated award date is December 15, 2020. 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 for service agreement on Illumina instruments. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for this sole single-source is the vendor, Illumina, must be used to allow for continuity in the service plans. The essential characteristics needed to maintain all subsystems and allow for reagent replacement, when needed, are only offered by this vendor. There are no known vendors that have this type of service, and Illumina has not authorized any third party intermediary to provide Illumina products for these services and is the only supplier of Illumina products for these services. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number �2021-02 dated November 23, 2020. (iv)������ This acquisition has no no set-aside restrictions. The associated NAICS code is 811219 and the small business size standard is $22 million. � (v)������� This acquisition is for the following list of contract line item numbers (CLINs) and items, quantities, and units of measure (including option(s), if applicable): CLIN 01: �������� Base Period (Year 1): MiSeq S/N M04138 Silver, 1.000 year, Part Number: 20019983. CLIN 02: �������� Base Period (Year 1): NextSeq 500 S/N NB501170 Bronze, 1.000 year, Part Number: 20019963. CLIN 03: �������� Option Period 1 (Year 2): MiSeq S/N M04138 Silver, 1.000 year, Part Number: 20019983. CLIN 04: �������� Option Period 1 (Year 2): NextSeq 500 S/N NB501170 Bronze, 1.000 year, Part Number: 20019963. CLIN 05: �������� Option Period 2 (Year 3): MiSeq S/N M04138 Silver, 1.000 year, Part Number: 20019983. CLIN 06: �������� Option Period 2 (Year 3): NextSeq 500 S/N NB501170 Bronze, 1.000 year, Part Number: 20019963. CLIN 07: �������� Option Period 3 (Year 4): MiSeq S/N M04138 Silver, 1.000 year, Part Number: 20019983. CLIN 08: �������� Option Period 3 (Year 4): NextSeq 500 S/N NB501170 Bronze, 1.000 year, Part Number: 20019963. CLIN 09: �������� Option Period 4 (Year 5): MiSeq S/N M04138 Silver, 1.000 year, Part Number: 20019983. CLIN 10: �������� Option Period 4 (Year 5): NextSeq 500 S/N NB501170 Bronze, 1.000 year, Part Number: 20019963. (vi)������ The statement of work with a description of the services to be performed is included as Attachment 1 to this Solicitation. (vii)����� The period of performance will be a twelve (12) month base period with four (4) one-year option periods. (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance as defined under FAR 13.106-2 Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x)������� Offerors are to include completed copies of the provisions at: FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. ����������� The following FAR and HHSAR provisions and clauses are accessible electronically at https://www.acquisition.gov/, apply to this acquisition, and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) (xii)����� The following clause is provided in full text: OPTION TO EXTEND THE TERM OF THE CONTRACT ����� (a) The Government may extend the term of this contract by awarding a unilateral modification to exercise an option before the contract expiration date. ����� (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. ����� (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) (xiii)���� The following apply to this acquisition and are incorporated in full text as attachments: NIH INVOICE AND PAYMENT PROVISIONS (2/2014): NIH implementation requirements of the PROMPT PAYMENT clause at FAR 52.232-25 are applicable to this order and are incorporated in full text as an attachment. Invoice submission shall be in accordance with the attachment �Instructions for Submitting Electronic Invoices.� INSTRUCTIONS FOR SUBMITTING ELECTRONIC INVOICES: Effective April 23, 2020 (Updated October 30, 2020), all NIH contractors/vendors invoices should be sent electronically via email using the attached electronic submission instructions which are applicable to this order and are incorporated in full text as an attachment. Service Contract Labor Standards / Wage Determination. State: Maryland. Area: Counties of Frederick, Montgomery No. 2015-4269 Revision No. 12. Dated 04/23/2020. 11 pages. * * The applicable Wage Rate Determinations for all states and counties where work may be performed can be accessed here: https://beta.sam.gov/help/wage-determinations (xiv)���� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text. (xv)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xvi)���� 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 solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The response shall contain a quotation that includes the total price, as well as: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, 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. 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. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement. 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 responses must be received by 03:00 PM, Eastern Time on December 14, 2020, and reference Solicitation Number 75N95021Q00030. Responses must be submitted by email to the Contracting Officer at mark.mcnally@nih.gov. (xvi)���� The name and telephone number of the individual to contact for information regarding the solicitation: Mark McNally, Contracting Officer, 301-827-5869, mark.mcnally@nih.gov. Attachments to this Solicitation: 1 - Statement of Work 2 - FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 3 - FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) 4 - FAR 52.212-4 Addendum 5 - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Nov 2020) 6 - Instructions for Submitting Electronic Invoices 7 - NIH Invoice and Payment Provisions (2/2014) 8 -� Wage Determination
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/df115531c0594d7f99cedb134510889c/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN05871016-F 20201212/201210230139 (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 |