Federal Bid

Last Updated on 13 Aug 2014 at 8 AM
Combined Synopsis/Solicitation
Rocky Oklahoma

Illumina TruSeq Kits

Solicitation ID NOI-RML-5-14039
Posted Date 04 Aug 2014 at 5 PM
Archive Date 13 Aug 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Rocky Oklahoma United states
This notice is a Notice of Intent. The Government intends to negotiate on a sole source basis with Illumina for the procurement for TruSeq kits. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-5-14039.

This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-76 July 25, 2014

The associated North American Industry Classification System (NAICS) code for this procurement is 325414 with a small business size standard of 500 employees.
This is not a total small business set aside.

The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase Illumina TruSeq kits.

The Rocky Mountain Laboratories, Research Technologies Section currently uses an Illumina HiSeq 2500 Sequencer, cBot and Genome analyzer with PE Module to conduct experiments on behalf of the NIAID scientists. This acquisition is for one (1) TruSeqTM RNA Sample Prep Kit v2 -Set B (48rxn) , one (1) TruSeq PE Cluster Kit v3 - cBot - HS , one (1) TruSeq SBS Kit v3 - HS (200-cycles). These kits are used for the cBot cluster amplification system. In order to maintain the integrity of this on-going research, it is imperative that the manufacturer-made and correct kits for this equipment be used.

FOB Point shall be Destination; Hamilton, MT 59840.

Place of Performance:
Rocky Mountain Laboratories, NIH
903 South 4th Street
Hamilton, MT 59840
United States

Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government.

The following FAR provisions apply to this acquisition:
52.212-1 Instructions to Offerors Commercial Items (April 2014)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (April 2014)
Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items
The following contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2014)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (July 2014)

The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.

By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).

Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax.

This is a Notice of Intent for solicitation for Illumina TruSeq kits defined herein. The government intends to award a purchase order as a result of this solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows:

"The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
(Quoter shall list exception(s) and rationale for the exception(s).)

Submission shall be received not later than Tuesday, August 12th, 2014, at 9:00 a.m. MST.

Offers may be mailed, e-mailed or faxed to Suzanne Miller, (Fax - 406-363-9288), (E-Mail/ [email protected], ). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)

All responsible sources may submit an offer that will be considered by this Agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Suzanne Miller; [email protected]

Bid Protests Not Available