MODIFICATION
66 -- High-Throughput Long-Read Sequencing System - Brand Name or Equal
- Notice Date
- 9/12/2023 7:34:19 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-23-2175774
- Response Due
- 9/19/2023 9:00:00 AM
- Archive Date
- 10/04/2023
- Point of Contact
- Kathy Song, Phone: 301-761-7648, Tamara McDermott, Phone: 406-375-7487
- E-Mail Address
-
kathy.song@nih.gov, tamara.mcdermott@nih.gov
(kathy.song@nih.gov, tamara.mcdermott@nih.gov)
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items�, as applicable, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; (a written solicitation will not be issued) and quotations (quotes) are being requested. �The solicitation number is RFQ-NIAID-23-2175774 and the solicitation is issued as a Request for Quotation (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures, FAR Subpart 13.5 � Simplified Procedures for Certain Commercial Items. �The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-05 Effective September� 7, 2023. The North American Industry Classification System (NAICS) code for this procurement is 334516- Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 in employees. �This requirement is not set-aside for small business. �The Government anticipates making a single award Firm Fixed Price (FFP) purchase order. STATEMENT OF NEED The proposed purchase is for Brand Name or Equal products/services. The National Institute of Allergy and Infectious Diseases (NIAID), Vaccine Research Center (VRC) is seeking to acquire a Pacific Biosciences Revio or equal high-throughput long-read sequencing system to be used for studies of immune adaptive receptor use; host genomic associations with vaccine responses and disease progression; the microbiome; pathogen sequence diversity within and among infected people; and host cellular reservoirs of pathogens. �To achieve these goals, the VRC utilizes next-generation sequencing methodologies that include bulk and single cell TCR, Ig and whole transcriptome sequencing, targeted genomic sequencing of specific loci, whole genome sequencing, shotgun microbiome metagenomics, and long-read/consensus pathogen sequencing. �With these sequencing methodologies, the VRC is in need of a high-throughput native long-read sequencing system to help its sequencing core run more efficiently and effectively.� The brand name and part numbers for the products/services are provided in full detail in the attached Bill of Materials (BOM). �Vendors providing quotes shall be authorized resellers for the Pacific Biosciences Revio or equal high-throughput long-read sequencing system. Specifically, NIAID, VRC is seeking one (1) Pacific Biosciences Revio or equal high-throughput native long-read sequencing system that includes the sequencing instrument, sequencing chips, sequencing reagents, and primary analysis compute along with instrument training and a one-year warranty. �To be considered for award, the vendor quoting �equal� products/services, including �equal� products/services of the brand-name manufacturer must meet all the technical requirements listed below: Shall be capable of holding and running/processing up to 4 Single Molecule, Real-Time (SMRT) Cell Trays simultaneously.� SMRT cell trays are a consumable part which are nanofabricated with 25 million Zero-Mode Waveguides (ZMW) wells where prepared samples are loaded. Shall be capable of SMRT sequencing methodology. Run time shall be no more than 24 hours. Capable of running 1300 genomes a year. Able to load reagents while the machine is running. Shall be capable of independently and repeatedly analyze both strands from circular DNA molecules. Shall be a stand-a-lone, HiFi, high throughput native long-read sequencing system. Shall be capable of producing data demonstrating small variants, structural variants, repeat expansions, methylation, and haplotype phasing from a single library and sequencing run. Shall be capable of on instrument base calling. Shall be capable of on instrument Binary Alignment Map (BAM) file generation. Shall be capable of on instrument methylation calling. Shall include one-year warranty to meet the following: The Contractor shall provide updates and upgrades for 12 months from date of installation. �Updates and upgrades will be for parts, software, and any reagents/kits. The Contractor shall provide access to technical support for this upgrade via email or telephone for 12 months from date of installation. Contractor shall provide the installation of the unit and ensure they meet or exceed original equipment manufacturer (OEM) operating standards. Contractor shall provide onsite training to approximately 2-4 people. Installation, Training, and Warranty: Upon delivery and installation, the Contractor shall coordinate with the NIAID VRC designated point of contact to demonstrate functionality and schedule a training session with program office points of contact to conduct the training. �The training shall be detailed and capture full functionality of the machine. �At the end of the training, the vendor shall transition over training aids, materials, and technical guides to support utilization/maintenance of the machine. Offered systems shall be a turn-key solution i.e., the contractor shall be responsible for providing all hardware, components, instruments, computers, software, and that otherwise required to meet these specifications and the NIAID�s stated need. �The systems shall be delivered with all necessary supplies and accessories required for installation and start-up. Systems shall be warranted for not less than one (1) year from NIAID acceptance of the system(s). Post-Warranty Service Minimum Performance Requirements: The Contractor shall provide one (1) scheduled on-site planned preventive maintenance visits per year. The Contractor shall provide unlimited On-Site Corrective Maintenance/Repairs within 3 business days of call for service where problems cannot be resolved remotely after 2 business days. The maintenance and repair activities shall be performed by the service engineers who are trained and certified by the OEM. �The service provider should follow the OEM specifications, manuals, and service bulletins, using OEM-certified replacement parts, components, subassemblies, etc. The Contractor shall include free software and firmware updates required during on-site instrument repair and instrument�s performance check during preventive maintenance during the coverage period(s). The Contractor shall provide factory-certified replacement parts. The Contractor shall include unlimited technical support (via phone and email) on software and hardware and troubleshooting with the equipment issues, Monday through Friday (excluding Federal Holidays) 8:00AM � 5:00PM Central Time. All maintenance/repair pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. for the system. Service Records and Reports: The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician(s) who performed the repair/service, and for information purposes, the on-site hours expended, and parts/components replaced. �In addition, the Contractor shall provide a written report to the NIAID VRC designated point of contact and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair is performed. PERIOD OF PERFORMANCE Delivery of equipment is preferred as soon as possible and required within 90 days after receipt of award � December 22, 2023. �The total estimated period of performance is September 22, 2023 � December 22, 2023. SHIPPING/DELIVERY INSTRUCTIONS Delivery location is FOB Destination: Vaccine Research Center, 40 Convent Drive, Bethesda, MD 20814. �All equipment delivered shall contain a Packing Slip. INSTRUCTIONS All interested vendors shall provide a quote for the requirement as outlined above. �All quotes shall include price(s) (unit price, extended price, total price); shipping fees; trade-in offer if applicable; manufacturing country of origin of the products, including components; documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s); estimated date of delivery; point of contact: name, phone number & email; UEI#; Cage Code; business size under NAICS 334516; and payment terms. �Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. �The Government will evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. �Failure to furnish a full and complete quote as instructed will result in the Quoter�s response being considered non-responsive and will therefore be eliminated from further consideration and award. If providing an equal product(s)/services(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. �The following FAR provision applies to this a solicitation FAR 52.211-6 Brand Name or Equal (Aug 1999): ������(a)�If an item in this�solicitation�is identified as ""brand name or equal,"" 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 ""equal""�products�must�meet are specified in the�solicitation. ������(b)�To be considered for award,�offers�of ""equal""�products, including ""equal""�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 modifications the�offeror�plans to make in a product to make it conform to the�solicitation�requirements. �Mark any descriptive material to clearly show the modifications. ������(c)�The�Contracting Officer�will evaluate ""equal""�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 ""equal"" product, the�offeror�shall�provide the brand name product referenced in the�solicitation. (End of provision) Quotes are due by 12:00 PM EST on September 19, 2023.� Quotes must be emailed to Kathy Song, Contract Specialist at kathy.song@nih.gov. �Late quotes will not be considered.� All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this combined synopsis/solicitation should be emailed by September 15, 2023 at 12:00 PM EST to kathy.song@nih.gov. EVALUATION NIAID will evaluate quotes to determine the best value to the government.� NIAID will make that determination based on technical acceptability, past performance, and price. �NIAID will evaluate past performance and price only for those quotes which are rated as technically acceptable. �In the event quotes are evaluated as technically equal, past performance, and price will become major considerations in selecting the successful Quoter. SPECIAL NOTICE TO QUOTERS Quoters are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. �The exclusive responsibility for source selection will reside with the Government. �By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. ELECTRONIC INVOICING The successful vendor may submit an invoice once a shipment is delivered.� NIAID will only accept invoices for completed services and units that have been delivered to NIAID. NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury�s Invoice Processing Platform (IPP). �For contractors that have transitioned to IPP, the Contractor must submit invoices to the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. �For contractors that have not transitioned to IPP, the Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP.� PROVISIONS AND CLAUSES FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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 this/these address(es): https://www.acquisition.gov/ FAR 52.203-18 � Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representations (Jan 2017) FAR 52.204-7 � System for Award Management (Oct 2018) FAR 52.204-16 � Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26�� Covered Telecommunications Equipment or Services-Representation. (Oct 2020) FAR 52.209-7 � Information Regarding Responsibility Matters (Oct 2018) FAR 52.211-6�� Brand Name or Equal (Aug 1999) FAR 52.212-1 � Instructions to Offerors � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-3 � Offeror Representations and Certification � Commercial Products and Commercial Services (Sep 2023) FAR 52.252-2 ��Clauses Incorporated by Reference (Feb 1998) 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 this/these address(es): https://www.acquistion.gov/ FAR 52.204-13 ��System for Award Management Maintenance (Oct 2018) FAR 52.204-18 � Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-21 � Basic Safeguarding of Covered Contractor Information Systems (Nov 2021) FAR 52.212-4 � Contract Terms and Conditions � Commercial Products and Commercial Services (Dec 2022) FAR 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) By reference the Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable to this requirement. Copies are available from http://www.hhs.gov/policies/hhsar/: Provisions HHSAR 352.239-73 � Electronic and Information Technology Accessibility Notice (December 18, 2015) Clauses HHSAR 352.203-70 � Anti-lobbying (December 18, 2015) HHSAR 352.208-70 � Printing and Duplication (December 18, 2015) HHSAR 352.222-70 � Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74 � Electronic and Information Technology Accessibility (December 18, 2015) By full text the Department of Health and Human Services Acquisition Regulation (HHSAR): HHSAR 352.232-71 � Electronic Submission of Payment Requests (February 2, 2022) The following additional clauses are applicable to this requirement and provided in full text as Attachments: FAR 52.212-5 � Contract Terms and Conditions Required to Implement Status or Executive Orders � Commercial Products and Commercial Services (Sep 2023) LIST OF ATTACHMENTS Attachment 1 � Bill of Materials (BOM) Attachment 2 � Full Text Clauses
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/700d03eae33245f1b70731ee7fc842f8/view)
- Place of Performance
- Address: Bethesda, MD 20814, USA
- Zip Code: 20814
- Country: USA
- Zip Code: 20814
- Record
- SN06827417-F 20230914/230912230101 (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 |