Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2024 SAM #8366
SOLICITATION NOTICE

J -- NextSeq 2000 Silver Support Plan

Notice Date
10/21/2024 6:37:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NOI-NIAID-25-2244936
 
Response Due
10/28/2024 9:00:00 AM
 
Archive Date
11/12/2024
 
Point of Contact
Angela Puddy, Phone: 4068026368, Tonia Alexander, Phone: 2406695124
 
E-Mail Address
angela.puddy@nih.gov, talexander@niaid.nih.gov
(angela.puddy@nih.gov, talexander@niaid.nih.gov)
 
Description
This is a Notice of Intent, not a request for proposal.� The National Institute of Allergy and Infectious Diseases (NIAID) of the National Institutes of Health (NIH) intends to negotiate an other than full and open competition basis with ILLUMINA, INC., 5200 ILLUMINA WAY, SAN DIEGO, CA 92122-4616, United States, to procure a NextSeq 2000 Silver Support Plan (QTY-1) for a NextSeq 2000 with serial #VH01721. The mission at the Vaccine Research Center (VRC) is to determine the immune correlates of protection against emerging infectious diseases.� One of the specific aims of the lab is to understand processes that determine the course of human diseases in which the immune system plays a central role in their pathogenesis and outcome.� Many of our current projects will investigate RNA expression profiles of cell subsets from HTVN505 volunteers to identify markers are predictive of susceptibility to HIV acquisition. By far, the most robust approach to measure gene expression is RNA sequencing (RNAseq). This is a project for the servicing of high throughput sequencing instrumentation in the laboratory.� This is instrumentation unique to the field and allows for a deep sequence analysis of clonotypic repertoires in healthy, disease and vaccine settings.� Optimal instrumentation function is integral to the completion of the many projects dependent on this instrumentation and continuity is required to retain comparison of results. ���� MINIMUM REQUIREMENTS: Includes full coverage for parts, labor, and travel Reagent replacement upon HW failures One (1) Preventative Maintenance (PM) Remote Technical Support 18x5 2 business day on-site response target Control SW and HW updates, with option for remote monitoring On- site applications support Discounts for advance training Billing Frequency: Quarterly in Arrears ����� Period of Performance: 11/1/24 - 7/4/2025 Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer�s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on a capabilities statement, as well as documentation of OEM trained technicians is required. *All service providers must provide proof from Illumina Inc., that they are an authorized service provider for all Illumina equipment.* The statutory authority for this sole source requirement is 41 U.S.C. 253 (c) (1) as implemented by FAR 13.106-1 only one responsible source and no other supply of service will satisfy agency requirements. THIS IS NOT A REQUEST FOR PROPOSAL. All responsible sources that could provide comparable product/services may submit a capability statement that will be considered by email (subject line to reference NOI-NIAID-25-2244936) to Angela Puddy at by 12:00 pm EASTERN Standard Time, Monday, October 28, 2024 at angela.puddy@nih.gov.� Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responses received by the closing date of this synopsis will be considered by the Government. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9784c0aaf3fa42c49f4d3293745dd7a0/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07245062-F 20241023/241021230103 (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 |
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.