The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) on behalf of the Department of Laboratory Medicine (DLM), Clinical Center (CC) at the National Institutes of Health (NIH) intends to negotiate and award a contract without providing for full and open competition (Including brand-name) to:
Qiagen LLC.
19300 Germantown Rd
Germantown, MD 20874-1415
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 811219 with a Size Standard $20.5 million.
REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-99-1, July 16, 2018. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($250,000).
STATUTORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements.
GENERAL INFORMATION
1. Title: CLC Genomics Workbench and CLC Genomics Server, software, licenses, and maintenance services
2. Background Information: The CC is a clinical research hospital providing medical services for patients participating in human research protocols at the NIH. The CC provides patient facilities, services for clinical investigations, research in related areas, and training programs for residents.
The Department of Laboratory Medicine serves as the clinical laboratory of the NIH Clinical Center. It provides laboratory support for patient care and research protocols and performs research and training in disciplines of Clinical Pathology. In doing so, DLM provides state-of-the-art laboratory testing in support of Clinical Center patient care and serves as a center of excellence in research and training in laboratory medicine, particularly in areas that utilize the unique strengths of the National Institutes of Health.
3. Purpose or Objective: The Department of Laboratory Medicine is expanding the core for molecular testing and it is critical that the following is acquired for the bioinformatics analysis of next generation sequencing and Sanger data as well as for molecular biology research.
4. Delivery: 30 days A.R.O.
CONTRACTOR REQUIREMENTS (SCOPE OF WORK)
1x Biomedical Genomics Server Ext License
1x CLC Genomics Server, Master, License
1x CLC Microbial Genomics Mod, Network License
3x Biomedical Genomics WB, Network License
1x CLC Genome Finishing Mod, Network License
3x CLC Genomics Server, Add Job Node License
1x Biomedical Genomics Service Ext Maintenance
1x MetaGeneMark, Network 1 Year Sub
1x CLC Microbial Genomics Mod Network Maintenance
1x CLC Genome Finish Module, Network Maintenance
3x Biomedical Genomics WB, Network Maintenance
3x CLC Genomics Server, Add Job Node Maintenance
1x CLC Genomics Server, Master Maintenance
1x IVA 1000 Samples Upload
Period of Performance: One year with an approximate start date on or around October 1, 2018 for maintenance.
This purchase will include a biomedical workbench consisting of software, and all necessary modules for genomic analysis.
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The Department of Laboratory Medicine (DLM) has been using the compatible CLC Genomics Workbench and CLC Genomics Server for genomic analysis. It provides unique molecular identifier (UMI) Panel support for the targeted myeloid sequencing. It has pre built-in workflows for human and mouse genome, easy to use. Microbial Genomics Module can be added to the CLC Biomedical Workbench. This software will be used in all three service sections in the department. Thus, will best meet the clinical testing requirements of DLM. The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10-Market Research.
CLOSING STATEMENT
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 notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include a technical proposal, a cost-price proposal, the period of performance, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
All responses must be received by August 9, 2018, 1:00 PM Eastern time and must reference solicitation number 18-012955. Responses may be submitted electronically to Mrs. Grace Wong-Darko, Contracting Specialist at [email protected]. Fax responses will not be accepted.
"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."