Illumina NextSeq 500Dx Sequencing Systems

expired opportunity(Expired)
From: Federal Government(Federal)
N02RC85018-45

Basic Details

started - 17 Jul, 2018 (about 5 years ago)

Start Date

17 Jul, 2018 (about 5 years ago)
due - 27 Jul, 2018 (about 5 years ago)

Due Date

27 Jul, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N02RC85018-45

Identifier

N02RC85018-45
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Contracting Office AddressDepartment of Health and Human Services, National Institutes of Health (NIH), National Cancer Institute (NCI), Office of Acquisitions, 9609 Medical Center Drive, Room 1E144, Bethesda, MD 20892, UNITED STATES. (Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850)The National Cancer Institute, Center for Cancer Research (CCR), Laboratory of Pathology's (LP) Molecular Diagnostics Section would like to request two (2) Brand Name or Equal Illumnia Next Seq 550Dx sequencers.This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC85018-45 includes all applicable provisions and clauses in effect through FAR FAC 2005-98 (May 2018) simplified procedures for commercial
items.The North American Industry Classification System code is 334516 and the business size standard is 1000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract.BACKGROUNDThe Molecular Diagnostics Section of the Laboratory of Pathology performs molecular testing to assist in the diagnosis of a variety of cancers. The laboratory develops tests that assist in pathologic diagnosis, predict prognosis and identify potential targets for rational personalized therapies. It is currently the only Clinical Laboratory Improvement Amendments (CLIA) certified and College of American Pathology approved clinical laboratory within the NCI certified for performing molecular oncology tests on materials from NIH patients. Next generation sequencing approaches provide a technology that enables rapid identification of potential targets for therapy, through multiplexed genetic mutation screening.In concert with the Century Cures Act, and the Beau Biden Cancer Moonshot initiative, NCI has made major commitments to personalized cancer approaches to cure cancer. Among these efforts, the intramural program's clinical sequencing of patient tumors is a central focal point. This effort was initially developed by the Genetics Branch and is being transferred to the Laboratory of Pathology. It is designed to provide multiple levels of clinical and research "Omics" analyses to study patient tumors.The program has reached a level in which it can be successfully transferred to the LP. The LP will require the purchase of new equipment, including two Illumina sequencers to transition the program from the Genetics Branch to the Laboratory of Pathology. The new sequencers will be compatible with the Illumina sequencers currently in operation in the GB but will be of clinical grade to better comply with regulations governing NGS sequencing.The Laboratory of Pathology, Center for Cancer Research, National Cancer Institute, National Institutes of Health seeks to procure two Next Generation Sequencing Systems to support the Clinical Next Generation Sequencing Activities for the Molecular Diagnostic Section of the Laboratory of Pathology. These machines will allow LP to better serve the NCI clinical community and fulfill the national mission to cure cancer. With this procurement, it will enable and expand ongoing NGS sequencing activities that support CCR clinical protocols and the newly formed Laboratory of Pathology Clinical NGS sequencing program.PRODUCT FEATURES/SALIENT CHARACTERISTICSThe following product features/characteristics are required for this requirement:- Instrument is intended for sequencing of DNA libraries when used with in vitro diagnostic assays performed on the instrument and will be able to be used with specific registered, certified or approved in vitro diagnostic reagents and analytical software as they become available.- Sequencing instrument that measures fluorescence signals of labeled nucleotides through the use of instrument specific reagents and flow cells, imaging hardware, and data analysis software.- Sample capabilities are 8 to 96 samples per run, with a sequencing output of >90 Gb.- Scalability (20-120 Gb) in a single run to support a broad range of applications and study sizes- Fully automated on-board cluster generation enables prepped libraries to be loaded directly onto the instrument- High accuracy using Illumina SBS- Proven SBS chemistry with single-base extension enables accurate sequencing of homopolymers- Fully automated paired-end sequencing- Automated BeadChip array scanning and image file generation- >75 of reads should have Phred scale equal or quality greater than 30- System should be qualified to detect deletions and insertions up to 24bpAll shipping costs must be included in the quote. NCI will not be responsible for shipping costs after an award is made, if costs were not included in the quote.DELIVERY / INSTALLATIONContractor shall deliver the item(s) within 30 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, the Contractor must notify the NCI Technical Point of Contact to schedule the delivery.TRAININGContractor shall provide on-site training for at least two end-users of the purchased items within 30 days of installation.PAYMENTPayment shall be made after delivery and acceptance of the Technical Point of Contact. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts.BASIS OF AWARDThe purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions.PROVISIONS AND CLAUSESThe following FAR provisions and clauses apply to this acquisition: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.Offerors providing an "equal" product must submit additional documentation that highlights and describes how the offer is equal in accordance with FAR Clause 52.211-6.52.212-1 Instructions to Offerors Commercial Items (January 2017);52.212-2 Evaluation Commercial Items (OCT 2014):FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (March 2015) WITH DUNS NUMBER ADDENDUM {52.204-6 (January 2017)};FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (January 2017);FAR Clause 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (March 2015). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition;FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014)FAR Clause 52.219-6 Notice of Total Small Business Set Aside (Nov 2011)FAR Clause 52.219-13, Notice of Set-Aside of Orders (Nov 2011)FAR Clause 52.219-28 Post Award Small Business Program Representation (Jul 2013)FAR Clause 52.222-3 Convict Labor (June 2003)FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Oct 2016)FAR Clause 52.222-21 Prohibition of Segregated Facilities (Apr 2015)FAR Clause 52.222-26 Equal Opportunity (Sept 2016)FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)FAR Clause 52.222-50 Combating Trafficking in Persons (Mar 2015)FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)FAR Clause 52.225-1, Buy American - Supplies (May 2014)Alternate I (May 2014)FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases (June 2008)FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM) (Jul 2013)Full text copies of the representations and certifications for other cited provisions and  clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Miguel Diaz, Contracting Officer, at miguel.diaz@nih.gov.OFFERORS: Offers must be submitted with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid SAM registration through www.sam.gov.Quotations must be received in the NCI-OA contracting office by 3:00 PM EST on July 27, 2018. Please refer to solicitation number N02RC85018-45 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Miguel Diaz, Contracting Officer, at miguel.diaz@nih.gov. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through SAM.gov.Contact Information: Miguel Diaz, Contracting Officer, Phone 2042765439, Email miguel.diaz@nih.gov - Office Address :9609 Medical Center Drive, Room 1E128 Rockville MD 20852 Location: National Cancer Institute, Office of Acquisitions Set Aside: N/A

National Cancer Institute, Office of AcquisitionsLocation

Address: National Cancer Institute, Office of Acquisitions

Country : United States

You may also like

HHS0014492 Illumina sequencing kits and reagents

Due: 05 Apr, 2024 (in 7 days)Agency: State of Texas

10X GENOMICS CHROMIUM CONNECT (SINGLE CELL SEQUENCING LIBRARY PREPARATION) SYSTEM

Due: 31 Mar, 2024 (in 2 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

J--Illumina NextSeq 1000 Silver Support Plan

Due: 01 Apr, 2024 (in 3 days)Agency: INTERIOR, DEPARTMENT OF THE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 334516 GSA CLASS CODE: 66