Federal Bid

Last Updated on 16 Apr 2021 at 11 AM
Combined Synopsis/Solicitation
Bethesda Maryland

Illumina Genotyping Robot System

Solicitation ID 75N95021Q00121
Posted Date 16 Apr 2021 at 11 AM
Archive Date 08 May 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892

Title:   Illumina Genotyping Robot System

(i)   This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii)  The solicitation number is 75N95021Q00121 and the solicitation is issued as a request for quotation (RFQ).

This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; FAR Subpart 13.5—Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.

THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). 

The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Illumina, Inc. at 5200 Illumina Way, San Diego, CA 92122 for a Genotyping Robot System.

This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1).

(iii)  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-05, with effective date March 10, 2021.

(iv)  The associated NAICS code 334516 and the small business size standard 1,000 employees.  No set-aside restriction is applicable.

(v)   This requirement is for the following Illumina products:

  • Catalog Number SY-410-1003 – MiSeq System; Quantity (1)
  • Catalog Number SY-101-1001 – iScan System (110/220V); Quantity (1)
  • Catalog Number 20028876 – Infinium HTS Starter Kit (24 beadchip) 110V; Quantity (1)
  • Catalog Number SY-202-1001 – Autoloader 2.x, Single-Scanner Configuration (110/220V); Quantity (1)
  • Catalog Number SC-30-403 – Infinium Automation Kit-8 Tip Tecan LIMS Ready (110V); Quantity (1)
  • Shipping to the National Institute on Aging

All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition.

(vi)  Delivery shall be to:

National Institute on Aging (NIA)

Attn: Nicole Washecka

9000 Rockville Pike

Bldg 10, Rm8N307

Bethesda, MD 20892

(vii)  The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within six (6) months after receipt of order (ARO). Delivery will be f.o.b. destination.

(viii)  The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:  https://www.acquisition.gov/browse/index/far   https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html   

(End of provision)

The following provisions apply to this acquisition and are incorporated by reference:

  • FAR 52.204-7, System for Award Management (Oct 2018)
  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
  • FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020)
  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)

The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:

https://www.acquisition.gov/browse/index/far     https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html 

(End of clause)


The following clauses apply to this acquisition and are incorporated by reference:

  • FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
  • FAR 52.204-25, Prohibition on Contract for Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
  • FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached.
  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
     
    The following provisions and clauses apply to this acquisition and are attached in full text.  Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.
  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2021)
  • NIH Invoice Instructions

(ix)  The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 

(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the Government requirement; (ii) price; (iii) past performance.

Technical capability and past performance, when combined, are significantly more important than cost or price.

(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(x)  The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.

(xi)  The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.

(xii)  The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text.

(xiii)  There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

(xiv)  The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xv)  Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations.

The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All quotations must be received by 3:00 p.m., Eastern Time, on Friday, April 23, 2021 and reference Solicitation Number 75N95021Q00121. Responses must be submitted electronically to Scott Bredow, Contracting Officer, at [email protected].

Fax responses will not be accepted.

(xvi) The name and telephone number of the individual to contact for information regarding the solicitation:

Scott Bredow

Contracting Officer

301-480-7503

[email protected]

Bid Protests Not Available

Similar Past Bids

Center Kentucky 17 Jun 2011 at 9 PM
Spur Texas 13 Sep 2013 at 3 PM
Location Unknown 18 Jun 2018 at 5 PM

Similar Opportunities

Cordova Tennessee 11 Jul 2025 at 4 PM
Beltsville Maryland 10 Jul 2025 at 5 PM
Oklahoma 20 Jul 2025 at 4 AM (estimated)
Oklahoma 20 Jul 2025 at 4 AM (estimated)