Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2013 FBO #4259
SOURCES SOUGHT

J -- SMALL BUSINESS SOURCES SOUGHT NOTICE: MAINTENANCE SERVICE FOR ILLUMINA MISEQS INSTRUMENTS

Notice Date
7/21/2013
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-1120278
 
Archive Date
8/9/2013
 
Point of Contact
Daniel Gregory Laidlaw Feldman, Phone: 301-827-0359
 
E-Mail Address
daniel.g.feldman@fda.hhs.gov
(daniel.g.feldman@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
SMALL BUSINESS SOURCES SOUGHT NOTICE: MAINTENANCE SERVICE FOR ILLUMINA MISEQS INSTRUMENTS NOTE: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses, HUBZone small businesses, service-disabled, veteran-owned small businesses, 8(a) small businesses, veteran-owned small businesses, woman-owned small businesses, or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition (811219, Other Electronic and Precision Equipment Repair and Maintenance, Size Standard: $19 million). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information it submits. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). BACKGROUND U.S. Food and Drug Administration's (FDA) Center for Food Safety and Applied Nutrition (CFSAN), Division of Microbiology's (DM) genomics program has several Illumina MiSeqs (Illumina Catalog Number SY-410-1001) instruments that are used for its Next-Generation Sequencing program. The MiSeqs are used for automated generation of DNA clonal clusters by bridge amplification, sequencing, and primary and secondary analysis. The systems include an embedded touchscreen monitor, on-instrument computer, and MiSeq Software Suite. Two of these instruments require annual preventive maintenance and corrective maintenance. PURPOSE/OBJECTIVE The purpose of this requirement is to provide preventive and corrective maintenance services for two Illumina MiSeqs (Illumina Catalog Number SY-410-1001) instruments. PROJECT REQUIREMENTS The Contractor shall perform the following tasks and provide the following deliverables. The Contractor shall provide preventive and corrective maintenance on two Illumina MiSeqs (Illumina Catalog Number SY-410-1001) instruments equal to or better than Illumina's Standard MiSeq Service plan (Illumina Catalog Number SV-420-1002). The FDA Contracting Officer's Technical Point of Contact (TPOC) will approve all tasks and deliverables. The Contractor shall perform the following preventive and corrective maintenance on-site at CFSAN's College Park, MD facility (CPK1, 5100 Paint Branch Parkway, College Park, MD 20740), unless otherwise indicated: Comprehensive preventive maintenance services. The Contractor shall perform at least two preventive maintenance service visits per year. Each visit shall include the following: Evaluation of all motion systems and optics. Inspection of fluidics lines and the chip station for salt residues. Priming of reagent lines and performance of volume and thermal ramp tests (every year or six months), as necessary. Inspection of sipper tubes for residues causing blockages to verify appropriate suction. Examination of the wash history to verify proper wash schedules have been maintained. Performance of full optics, y stage, M3 mirror, compensator, z stage, LED power, and tip/tilt tests. All necessary hardware and software updates, including Illumina proprietary software updates and particularly updates that improve the interpretation of sequencing base calls for amplicons, genomes, and metagenomes which shall be installed and validated. Corrective maintenance services by delivering unlimited technical support and troubleshooting assistance throughout the period of performance of the order. The Contractor shall perform the technical support and troubleshooting assistance on-site, except when the Contractor can provide this support off-site with the approval of the TPOC when off-site support is most practical and effective. Off-site support may include email and telephone support for instrument applications and bioinformatics issues and access to online training support modules. The Contractor shall respond to the FDA's technical support and troubleshooting requests within 24 hours of the FDA's initial request to the Contactor for assistance and shall provide on-site support within five days of the initial request for services. The Contractor may be permitted to respond initially to the FDA's inquiries for assistance by phone, email, or live-chat interface. All preventive and corrective maintenance shall be performed by trained, skilled, and experienced Illumina certified and licensed service engineers following original equipment manufacturer (OEM) specifications, manuals, policies, procedures, and service bulletins, using OEM-certified tools and replacement parts, components, subassemblies, etc., where applicable. The Contractor shall ensure any remaining warranty provided by Illumina is not voided. In particular, the Contractor shall warrant replacement parts to conform to Illumina's specifications for 90 days from date of installation, and the Contractor shall have access to and use proprietary Illumina upgrades. ANTICIPATED PERIOD OF PERFORMANCE The FDA anticipates a base period of one year with four one year options. For each option period, the Contractor shall perform the same tasks and produce the same deliverables as delineated in the base period. The FDA anticipates an award date on or around August 26, 2013. OTHER IMPORTANT CONSIDERATIONS Qualifications: The Contractor shall propose a demonstrated technical understanding of MiSeq fluidics, cluster generation, reagent chemistry, and flow cell issues and provide Illumina certified and licensed service engineers with documented evidence that they have the knowledge, skills, and abilities to perform the above described preventive and corrective maintenance on the MiSeq instruments. The Contractor shall have access to and utilize Illumina proprietary upgrades. Place and Time of Performance: The Contractor shall perform all on-site maintenance service at CFSAN's facilities located at 5100 Paint Branch Parkway, College Park, MD 20740, unless otherwise indicated by the FDA's TPOC. The Contractor shall perform all on-site maintenance service during the hours of 9:00 am to 5:00 pm ET, Monday through Friday, unless otherwise indicated by the TPOC. The Contractor shall coordinate scheduling preventive and corrective maintenance visits with the TPOC and shall only perform these services at a time approved by the TPOC. The Contractor shall anticipate performing a preventive maintenance visit within five days of the effective date of the order. Pricing and Payment: This requirement is anticipated to be a firm-fixed-price order, inclusive of all costs, such as labor, materials, parts, and travel costs, with firm-fixed-price payment upon completion of the base and each option period, if the FDA decides to exercise the particular option. CAPABILITY STATEMENT/INFORMATION SOUGHT The FDA is requesting interested qualified small businesses to provide a capability statement showing their ability and willingness to complete this requirement electronically to Dan Feldman at daniel.g.feldman@fda.hhs.gov in a commonly used format, such as Microsoft Word or pdf. This capability statement shall be no more than five pages, excluding a cover page and table of contents, and shall include examples of successfully completing similar work, including a description of the similar work and client contact information. The FDA will be determining capability based on the ability to perform the tasks delineated above. Interested eligible small businesses shall also include company information to determine eligibility, including their contact information, Dun and Bradstreet (DUNS) number and size and business type (e.g. 8(a), HUBZone, etc.) based on the applicable NAICS code for the proposed acquisition (811219, Other Electronic and Precision Equipment Repair and Maintenance, Size Standard: $19 million). Entities have until 8:00 am ET, Thursday, July 25, 2013 to respond to the FDA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1120278/listing.html)
 
Place of Performance
Address: CFSAN 5100 Paint Branch Parkway, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN03122749-W 20130723/130721233021-783d5413637fd27a56d0e59060f0d5d0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.