Mid-Throughput Next Generation Sequencing Instrument Brand Name or Equal
Subject: Mid-Throughput Next Generation Sequencing Instrument Brand Name or EqualSolicitation Number: RFQ-NIAID-23-2179427Notice Type: SOLICITNAICS: 334516Notice Published: 09-21-23Response Due: 09-25-23Agency: Department of Health and Human ServicesOffice: NATIONAL INSTITUTES OF HEALTHContact: Daveta H. Brown This email address is being protected from spambots. You need JavaScript enabled to view it.Office Address: BETHESDA, MD 20892Place of Performance: Bethesda, MD 20814
Click for official SAM (FBO) notice, additional information, and accompanying attachments
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. 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 (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-23-2179427 and the solicitation is issued as a Request for Quotation (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP), FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-05 Effective September 7, 2023. The North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with a size standard of 1,000 employees. The Product or Service Code (PSC) is 6640 Laboratory Equipment and Supplies. The requirement is being competed as full and open competition, with a brand name or equal purchase description, and without a small business set-aside. The government intends to award a firm-fixed-price purchase order to the responsible offeror as a result of this RFQ that will include the terms and conditions set forth herein. By submitting a quote, the offeror is accepting that all government terms and conditions shall prevail over the award. By submission of a quote, the Offeror acknowledges the requirement that a prospective awardee shall be registered and viewable in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov). STATEMENT OF NEED The purpose of the acquisition is to procure a Mid-Throughput Next Generation Sequencing Instrument for the National Institute of Allergy and Infectious Diseases (NIAID)s Vaccine Research Center (VRC). The VRC is designing, producing, and testing candidate immunogens aimed at eliciting neutralizing antibodies against a number of human pathogens including HIV, Influenza, RSV and SARS-CoV-2. At the core of this effort lies the requirement to elicit antibodies that use particular IgH and IgL chain gene pairs. The Mid-Throughput Next Generation Sequencing Instrument is needed to help the VRC sequencing core support the mission critical research. The sequencing system must use the same reagents, variables, sequencing techniques, and equipment to ensure the integrity of on-going study results are not compromised. The VRC currently has three (3) Illumina sequencers that are compatible with the current instrument. These three sequencers will soon be obsolete. The new instrument will replace an aged Illumina MiSeq. Experiments and assays optimized on that instrument will be transferred to this new sequencing system. An equal product must meet not only the required specifications and performance requirements, but it must also be compatible with the following equipment the VRC utilizes: x Illumina NovaSeq X system x Illumina MiSeq system x Illumina NextSeq system. With each of these instruments, the VRC has meticulously optimized several protocols and all protocols are compatible between instruments. In addition, VRCs protocols are optimized to work with specific reagents and software that include: DNAexus, Agilent library-prep reagents, Qiagen targeted sequencing reagents, and Twist Bioscience enrichment panels. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for a brand name or equal Mid-Throughput Next Generation Sequencing instrument. The brand name and part numbers for the products/services are provided in full detail in the attached Bill of Materials (BOM) Attachment 1. If quoting an equal product, you must show in your quote how the quoted instruments meet the minimum requirements/specifications listed below. This is for the procurement of one (1) Illumina NextSeq 2000 or equal Mid-Throughput Next Generation Sequencing instrument for VRC sequencing initiatives in the development of life-saving vaccines. The Mid-Throughput Next Generation Sequencing (NGS) instrument enables a broad range of applications and study sizes through sequencing by synthesis and sample multiplexing. The system must use onboard algorithms for primary and secondary analysis of the sequencing data. The quoted instrument must be a brand name or equal product capable of the following: The Mid-Throughput NGS instrument must have eleven flowcell options ranging from 100M reads to 1.2B reads on a single flowcell and have a 600-cycle kit option. The instrument must incorporate a dry design to avoid sample cross-contamination within the fluidics. The instrument must incorporate an onboard bioinformatics server with BCL to FASTQ conversion, lossless data compression, and secondary analysis pipelines for RNA-Seq, differential expression, enrichment, scRNA-Seq, and targeted amplicons. The instrument must not be larger than 23.6 x 23.6 x 25.6 (HxWxD) and weigh no more than 145kg. QUOTING REQUIREMENT All elements below must be included in the quote for your quote to be considered responsive: If not brand name, documentation to prove how the or equal model/part meets the salient physical, functional, or performance characteristic specified in this solicitation. Country of Origin Place of Manufacture Estimated date of delivery Estimated shipping fees PERIOD OF PERFORMANCE The estimated delivery is December 28, 2023. Estimated lead time for delivery of equipment is 60 - 90 days upon Vendors receipt of the purchase order. The total estimated period of performance is September 29, 2023 December 28, 2023. SHIPPING/DELIVERY INSTRUCTIONS Delivery location is FOB Destination: Vaccine research Center, 40 Convent Drive, Bethesda, MD 20814. All equipment delivered shall contain a Packing Slip (with serial numbers when applicable). INSTRUCTIONS All interested offerors shall provide a quote for the requirement as outlined above. All quotes shall include price(s) (unit price, extended price, total price); shipping fees; manufacturing country of origin of the products, including components; documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s); estimated date of delivery; point of contact: name, phone number & email; UEI#; Cage Code; business size under NAICS 334516; and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government will evaluate only those quotes that fully meet the requirements as outlined above and respond to the instructions and requirements provided in this solicitation. Failure to furnish a full and complete quote as instructed will result in the Offerors response being considered non-responsive and will therefore be eliminated from further consideration and award. If providing an equal product(s)/services(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision applies to this a solicitation FAR 52.211-6 Brand Name or Equal (Aug 1999): (a)If an item in thissolicitationis identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that "equal"productsmustmeet are specified in thesolicitation. (b)To be considered for award,offersof "equal"products, including "equal"productsof the brand name manufacturer,must- (1)Meet the salient physical, functional, or performance characteristic specified in thissolicitation; (2)Clearly identify the item by- (i)Brand name, if any; and (ii)Make or model number; (3)Includedescriptive literaturesuch as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to theContracting Officer; and (4)Clearly describe any modifications theofferorplans to make in a product to make it conform to thesolicitationrequirements. Mark any descriptive material to clearly show the modifications. (c)TheContracting Officerwill evaluate "equal"productson the basis of information furnished by theofferoror identified in theofferand reasonably available to theContracting Officer. TheContracting Officeris not responsible for locating or obtaining any information not identified in theoffer. (d)Unless theofferorclearly indicates in itsofferthat the product being offered is an "equal" product, theofferorshallprovide the brand name product referenced in thesolicitation. (End of provision) Quotes are due by 3:00 PM EDT on September 25, 2023. Quotes must be emailed to Daveta H. Brown, Contract Specialist, at This email address is being protected from spambots. You need JavaScript enabled to view it.. Late quotes will not be considered. All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this combined synopsis/solicitation should be emailed to This email address is being protected from spambots. You need JavaScript enabled to view it.. EVALUATION NIAID will evaluate quotes to determine the best value to the government. NIAID will make that determination based on technical acceptability, past performance, and price. Technical considerations include the BOM/technical specifications, authorized reseller status, and delivery lead time. NIAID will evaluate past performance and price only for those quotes which are rated as technically acceptable. In the event quotes are evaluated as technically equal, past performance, and price will become major considerations in selecting the successful Quoter. SPECIAL NOTICE TO OFFERORS Offerors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. ELECTRONIC INVOICING The successful offeror may submit an invoice once a shipment is delivered. NIAID will only accept invoices for units that have been delivered to NIAID. NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasurys Invoice Processing Platform (IPP). For contractors that have transitioned to IPP, the Contractor must submit invoices to the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. For contractors that have not transitioned to IPP, the Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at This email address is being protected from spambots. You need JavaScript enabled to view it. with a copy to the approving official until the Contractor has been notified of its transition to IPP. PROVISIONS AND CLAUSES FAR 52.252-21 Solicitation Provisions Incorporated by Reference (Feb 1998) Thissolicitationincorporates one or moresolicitationprovisions by reference, with the same force and effect as if they were given in full text. Upon request, theContracting Officerwill make their full text available. Theofferoris cautioned that the listed provisionsmayinclude blocks thatmustbe completed by theofferorand submitted with its quotation oroffer. In lieu of submitting the full text of those provisions, theofferormayidentify the provision by paragraph identifier and provide the appropriate information with its quotation oroffer. Also, the full text of asolicitationprovisionmaybe accessed electronically at this/these address(es): https://www.acquistion.gov/ The following FAR provisions apply to this acquisition: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements Representations (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial for Government Entity Code Reporting (Aug 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-7 Information Regarding Responsibility Matters (Oct 2018) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Sep 2023) FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (Sep 2023) 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, theContracting Officerwill make their full text available. Also, the full text of a clausemaybe accessed electronically at this/these address(es): https://www.acquistion.gov/ FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Nov 2021) FAR 52.212-4 Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) By reference the Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable to this requirement. Copies are available from http://www.hhs.gov/policies/hhsar/: Provisions HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (Dec 2015) Clauses HHSAR 352.203-70 Anti-lobbying (Dec 2015) HHSAR 352.208-70 Printing and Duplication (Dec 2015) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) HHSAR 352.239-74 Electronic and Information Technology Accessibility (Dec 2015) By full text the Department of Health and Human Services Acquisition Regulation (HHSAR): HHSAR 352.232-71 - Electronic Submission of Payment Requests (February 2, 2022) The following additional clauses are applicable to this requirement and provided in full text as Attachments: FAR 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders Commercial Products and Commercial Services (Sep 2023) LIST OF ATTACHMENTS Attachment 1 Bill of Materials (BOM) Attachment 2 Full Text Clauses