Federal Bid

Last Updated on 24 Aug 2021 at 2 PM
Combined Synopsis/Solicitation
Frederick Maryland

NovaSeq 6000 system

Solicitation ID N6264521R0058
Posted Date 24 Aug 2021 at 2 PM
Archive Date 26 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Naval Medical Logistics Command
Agency Department Of Defense
Location Frederick Maryland United states 21702

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals [or quotes] are being requested and a written solicitation will not be issued.  The solicitation number is N6264521R0058. 

The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through Federal Acquisition Circular 21-06 are incorporated.  It is the contractor’s responsibility to be familiar with the applicable clauses and provisions.  The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dfars/index.htm.

 The NAICS code is 334516, with a small business size of 1,000 employees.  This is a brand name only requirement; all qualified vendors are encouraged to submit a proposal.  
 

The Naval Medical Logistics Command request responses from qualified sources capable of providing a NovaSeq 6000 system,

      CLIN 0001

Manufacture: Illumina, INC.

Manufacture part number: 20012850

Description: NovaSeq 6000 system

      Quantity: One (1)

      CLIN 0002

      Description:  Installation

     

      CLIN 0003

      Description: training

All equipment and accessories shall be new from the manufacturer.  Used or refurbished equipment, or equipment obtained from a third party shall not be accepted.

     

Quoter shall be either Illumina Inc. or an authorized distributor of Illumina Inc.

Training/Tuition:  Training/tuition shall be included, on-site at NMRC-Frederick or at vendor facility.   

Delivery and Installation:  On-site delivery and turnkey installation at NMRC-Frederick, 8400 Research Plaza, Fort Detrick MD 21702.

EVALUATION FACTORS FOR AWARD: 

The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government.  Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (i.e. technical conformance to the requirements of the solicitation).  Evaluation of price will be based on the offeror’s total price for all line items as delivered to the specified destination.  Past Performance is not an evaluation factor for this acquisition.

 

The following factors shall be used to evaluate offers:

1.       Technically acceptable in conformance to the requirements of the solicitation (proposal will have to meet the brand name requirement

2.       Price (all CLINs shall be priced)
 

The offeror’s initial proposal shall contain the offeror’s best terms from a price and technical standpoint.   The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.  The Government reserves the right to make no award as a result of this solicitation.

QUOTE/PROPOSAL INSTRUCTIONS:    

Offerers shall provide sufficient technical documentation (including but not limited to:  product literature, specifications) to allow for thorough evaluation of proposal.  Additionally, the vendor shall fully explain their ability to meet the requirements above.

Shipping shall be FOB Destination.  Quote shall specify the Total Price.  Quotes will be evaluated for Completeness (all CLINS are priced).   Adequate competition is anticipated for this acquisition.  The government anticipates award of a Firm Fixed Price contract.  Offerors shall submit firm-fixed pricing for all above requirements.  Include commercial price lists and if applicable, any FSS schedule numbers and pricing.  Include any applicable discounts to the Government.    

Other Administrative Instructions:

System for Award Management (SAM.gov).  Offerors must be registered in the SAM database to submit an offer.  Registration is free and can be completed on-line at https://sam.gov/content/home ; provide DUNS number; Cage Code and TIN. 

FAR Provisions & Clauses:

FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause

FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items;

FAR 52.212-4, Contract Terms and Conditions---Commercial Items;

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.  In compliance with said clause, the following FAR clauses apply:

52.219-8, Utilization of Small Business Concerns;

52.222-3, Convict Labor;

52.222-26, Equal Opportunity;

52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans;

52.222-36, Affirmative Action for Handicapped Workers with disabilities;

52.222-50, Combating Trafficking in Persons

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.232-33, Payment by electronic funds transfer – System for award management   

52.232-40, Providing accelerated payments to small business subcontractors

           

FAR 52.233-1, Disputes

FAR 52.252-2, Clauses incorporated by reference

FAR 52.204-24, Representation regarding certain telecommunications and video surveillance services or equipment

52.204-25, Prohibition on contracting for certain telecommunications and video surveillance services or equipment

FAR 52.204-26, Covered telecommunications equipment or services

Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response.  All clauses shall be incorporated by reference in the order.  Additional contract terms and conditions applicable to this procurement are:

FAR 52.247-34, F.O.B. Destination;

DFARS 252.211-7003, Item Identification and Valuation.

DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items;

DFARS 252.225-7001, Buy American Act and Balance of Payment Program;

DFARS 252.225-7012, Preference for Certain Domestic Commodities,

DFARS 252.225-7021, Trade Agreements;

DFARS 252.232-7003, Electronic Submission of Payment Requests;

DFARS 252.243-7002, Requests for Equitable Adjustment;

DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. 

DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate;

DFARS 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate.

Quotes/Proposals shall be submitted by email only as a MS Word or Adobe PDF attachment to:    Proposals are due by 2 PM   Eastern Time on 11 September 2021.  Any questions must be addressed to [email protected] by email only NLT 18 August 2021.  No phone calls accepted

Bid Protests Not Available

Similar Past Bids

Durham North carolina 27 May 2020 at 5 PM
State university Arkansas 09 Aug 2019 at 2 PM
Frederick Maryland 11 Aug 2021 at 4 PM
Location Unknown 07 Aug 2019 at 6 PM
Baltimore Maryland 14 Feb 2020 at 10 PM

Similar Opportunities

Silver spring Maryland 07 Jul 2025 at 1 PM
Houston Texas 14 Jul 2025 at 7 PM
Houston Texas 14 Jul 2025 at 7 PM