Description
The National Institutes of Health (NIH), National Institute on Aging (NIA), Laboratory of Neurogenetics, intends to procure one (1) brand name Illumina iScan System microarray scanner, or equal.
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 and under the authority to use simplified procedures for commercial requirements as provided in FAR 13.5. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This solicitation, No. N02CO82576-78, includes all applicable provisions and clauses in effect through FAC 2005-98 (May 31, 2018).
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 Purchase Order.
Description of Requirement
The salient characteristics for the micro scanner are:
A. The MS system shall:
• Be a single unit instrument that is capable of performing:
1) Whole genome methylation analysis of CpG islands and promoter regions.
2) Genotyping analysis:
(i) copy number analysis - Copy Number Variations (CNV), Loss of Heterozygosity (LOH) as well as Single Nucleotide Polymorphism (SNP) analysis;
(ii) comprehensive cytogenetic analysis (chromosomal abnormalities such as deletions, duplications, inversions, rearrangements and amplifications);
(iii) linkage analysis;
• Be equipped fluorescence excitation laser and emission detector.
• Have 10- or more- fold redundancy for markers.
• Be able to interrogate at a minimum 850,000 methylation sites.
B. The automation kit shall:
• Include robotic assay automation hardware.
• Be able to automate microarray processing.
• Include automation control software that allows running microarray processing workflow for genotyping and methylation analysis.
• Have a water recirculator bath for cooling or maintaining a defined temperature of the microarray during processing as well as reagents.
• Have temperature control holders to accommodate tubes and microplates.
• LIMS ready.
A minimum of twelve (12) months warranty including parts, labor and travel commencing upon installation.
The brand name part numbers are:
SY-101-1001 iScan System Units: 1
SC-30-403 Infinium Automation Kit - 8 Tip Tecan LIMS Ready Units 1
SV-121-2001 PROD Care LiHa 1 PREVative MAIN Plan Units: 3
20019981 iScan Silver Support Plan Units: 3
Delivery/Installation: Delivery and installation of the system and associated equipment shall occur within 60 days of award. Installation of the system shall be performed by personnel certified by the Original Equipment Manufacturer (OEM). The location of the installation is NIH NIA Laboratory of Neurogenetics 35 Convent Dr Rm 1A1015 Bethesda MD 20892-0001
Training: Contractor shall provide on-site training for at least two end-users of the purchased system within 30 days of installation, at a date agreed by NIA's Technical Point of Contact (TPC) and the Contractor.
Payment:
The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JUL 2013) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow:
I INVOICE REQUIREMENTS
A. An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II., below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor.
1. Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact).
2. Remit-to address (Name and complete mailing address to send payment).
3. Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice.
4. Invoice date.
5. Unique invoice #s for all invoices per vendor regardless of site.
6. NBS document number formats must be included for awards created in the NBS: Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number.
7. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR).
8. Federal Taxpayer Identification Number (TIN). In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor's name on the face page of the award document.
9. Identify that payment is to be made using a three-way match.
10. Description of supplies/services that match the description on the award, by line billed.*
11. Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately.
12. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.*
* NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid.
B. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order.
C. Mail an original and 1 copy of the itemized invoice to:
National Institutes of Health
Office of Financial Management, Commercial Accounts
2115 East Jefferson Street, Room 4B-432, MSC 8500
Bethesda, MD 20892-8500
For inquiries regarding payment call: (301) 496-6088
In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document.
II. INVOICE PAYMENT
A. Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events:
1. The 30th day after the designated billing office has received a proper invoice.
2. The 30th day after Government acceptance of supplies delivered or services
performed.
B. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended.
III. INTEREST PENALTIES
A. An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable.
1. A proper invoice was received by the designated billing office.
2. A receiving report or other Government documentation authorizing payment was
processed and there was no disagreement over quantity, quality, or contractor
compliance with a term or condition.
3. In the case of a final invoice for any balance of funds due the contractor for supplies
delivered or services performed, the amount was not subject to further settlement
actions between the Government and the Contractor.
B. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget.
IV. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS
SUBCONTRACTORS, FAR 52.232-40 (DEC 2013)
a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.
b) The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act.
Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items.
Provisions And Clauses:
The following Federal Acquisition Regulation and Health & Human Services Acquisition Regulation Provisions/Clauses apply to this acquisition:
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
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 this/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/.
FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2016)
FAR 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2016)
FAR 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016)
FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)
FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2012)
FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-
COMMERCIAL ITEMS (NOV 2015)
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY
2015)
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2018). The following FAR clauses cited in paragraph (b) of the clause at FAR
52.212-5 are also applicable to this acquisition:
FAR Clause 52.203-6 Alt. 1 Restrictions on Subcontractor Sales to the Government.
FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.
FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns.
FAR Clause 52.219-8 Utilization of Small Business Concerns.
FAR Clause 52.219-28 Post Award Small Business Program Representation.
FAR Clause 52.222-3 Convict Labor.
FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies
FAR Clause 52.222-21 Prohibition of Segregated Facilities.
FAR Clause 52.222-26 Equal Opportunity.
FAR Clause 52.222-35 Equal Opportunity for Veterans.
FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities
FAR Clause 52.222-37 Employment Reports on Veterans
FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act.
FAR Clause 52.222-50 Combating Trafficking in Persons
FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.
FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases
FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award
Management.
FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels.
FAR 52.246-16 -- RESPONSIBILITY FOR SUPPLIES (APR 1984)
FAR 52.247-35 FAR F.O.B. -- DESTINATION, WITHIN CONSIGNEES PREMISES (APR 1984)
HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015)
Pursuant to the HHS annual appropriations acts, except for normal and recognized executive-legislative relationships, the Contractor shall not use any HHS contract funds for:
(a) Publicity or propaganda purposes;
(b) The preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television, or video presentation designed to support or defeat the enactment of legislation before the Congress or any State or local legislature or
legislative body, except in presentation to the Congress or any state or local legislature itself; or designed to support or defeat any proposed or pending regulation, administrative action, or order
issued by the executive branch of any state or local government, except in presentation to the executive branch of any state or local government itself; or (c) Payment of salary or expenses of the Contractor, or any agent acting for the Contractor, related to any activity designed to influence the enactment of legislation, appropriations, regulation, administrative action, or Executive order proposed or pending before the Congress or any state government, state legislature or local legislature or legislative body, other than for normal and recognized executive-legislative relationships or participation by an agency or officer of a state, local, or tribal government in policymaking and administrative processes within the executive
branch of that government.
(d) The prohibitions in subsections (a), (b), and (c) above shall include any activity to advocate or promote any proposed, pending, or future federal, state, or local tax increase, or any
proposed, pending, or future requirement for, or restriction on, any legal consumer product, including its sale or marketing, including, but not limited to, the advocacy or promotion of gun control.
HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY (DEC 2015)
HHS 352-239-73 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY NOTICE (DEC 15)
HHS 352.239-74 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY (DEC 15)
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.
Evaluation Criteria
This award will be made to the responsible quoter submitting the Lowest Priced Technically Acceptable Quote. A technically acceptable quote is one in which the quoter quotes the brand name equipment or equal (that meets or exceeds the salient characteristics). The quote shall clearly identify that is able to provide the required equipment and that it complies with all of the Statement of Need. The quote must meet all requirements in this Combined/Synopsis solicitation. Quotes that are not technically acceptable will not be considered.
The Government intends to evaluate quotations without discussions with the Quoter. Therefore, the Quoter's initial quote should contain the Quoter's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Ordering Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest.
Quotations must be received by the contracting office by 11:00 a.m. ET on July 25, 2019. Please refer to solicitation number 75N95019Q00276 on all correspondence. Quotations shall be emailed to Jon Gottschalk, Contracting Officer at [email protected]. No collect calls will be accepted. In order to receive an award, contractors must be registered in the System for Award Management through sam.gov and have complete Representations and Certifications at sam.gov or provide a copy to the aforementioned individual prior to award.