NOTICE OF INTENT TO AWARD A SOLE SOURCE
This Notice of Intent is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and telephone requests will not be honored. Only one responsible source and no other supplies or services will satisfy agency requirements.
The FWS WHITNEY GENETICS LAB intends to award a sole source purchase order to ILLUMINA, INC. to furnish: MiSeq i100 Plus System
Illumina MiSeq i100 Plus (Catalog Number 20115695)
Instrument configuration:
¿ Logic for system control and analytics and full-HD touch screen monitor
¿ Installation setup and accessories
¿ Data collection and analysis software
Operating environment:
¿ Temperature: 15¿30°C, < 2°C change per hour
¿ Humidity: 20%¿80% relative humidity, noncondensing
¿ Altitude: Below 2000 meters (6500 feet)
¿ Ventilation: Not applicable
¿ For Indoor Use Only
RFID:
¿ Operating frequency 13.56 MHz, 200 mW output power
Light emitting diode (LED):
¿ Blue LED: 455¿465 nm
¿ Green LED: 520¿530 nm
Dimensions:
¿ W × D × H: 40.2 cm × 44.8 cm × 47.3 cm
¿ Dry weight: 79.4 lb (36.0 kg)
¿ Crated weight: 108.1 lb (49 kg)
Power requirements:
¿ 100¿240 VAC 50/60 Hz, 300 W, single phase
Network connections:
¿ Up to 2 × 2.5 GBE connections using RJ-45 between the instrument and data management system; connect directly or through network
Bandwidth for network connection:
¿ 50 Mb/s/instrument for internal network uploads
¿ 50 Mb/s/instrument for BaseSpace Sequence Hub uploads
¿ 5 Mb/s/instrument for instrument operational data uploads
Product safety and compliance:
¿ NRTL certified IEC 61010-1
¿ CE marked
¿ FCC /IC approved
Extra Specifications:
¿ Supports Illumina XLEAP-SBS chemistry
¿ Capable of read lengths up to 2 x 300 bp that support an output range of 5M-100M reads and 1.5 Gb-30Gb
¿ Can sequence 1-10 mRNA-Seq samples (based on 10M reads/sample) for small, pilot studies
¿ Can sequence up to 100 small whole genome samples (based on 1M reads/sample) for larger studies in under eight hours
¿ Minimum specification of >90% of bases above Q30 at 2 x 150 bp, resulting in highly accurate (99.9%) data
¿ DRAGEN analysis pipeline for accurate secondary analysis and visualization
The North American Industry Classification System Code (NAICS) for this requirement is 334516 with the size standard of 1,000 employees. The Federal Supply Code (FSC) / Product Service Code (PSC) procurement is 6640.
This purchase will be made utilizing Simplified Acquisition Procedures in accordance with:
¿ Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000.
Interested parties may identify their interests and capability to respond to this requirement within three (3) calendar days of the publication of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided.
The point of contact is: Jack Skogen, email:
[email protected]Please reference this Notice of Intent number on your correspondence and in the ¿Subject¿ line of your email.
This notice will close on: 7/11/2025 at 5:00pm, Central Time.