Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

J -- Renewal of a Maintenance Agreement for NextSeq 500, Serial numbers: NSQ-NS500348 and NSQ-NS500391.

Notice Date
4/25/2018
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC82558-61
 
Archive Date
5/18/2018
 
Point of Contact
KATHY D. ELLIOTT, Phone: 240-276-5570, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
ELLIOTTK@MAIL.NIH.GOV, jolomi.omatete@nih.gov
(ELLIOTTK@MAIL.NIH.GOV, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E126, Bethesda, MD 20892, UNITED STATES. Description The Department of Health and Human Services (DHHS), National Institute of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Genetics Branch (GB), Clinomics plans to procure on a sole source basis maintenance services for one (1) Government-owned Illumina NextSeq® 500 laboratory equipment that is manufactured by Illumina, Inc., 5200 Illumina Way, San Diego, CA 92121-1975. The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1), and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 811219 and the business size standard is $20.5 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The period of performance shall consist of a twelve (12) month base period, plus four (4) twelve-month (12) option periods as follows: Base Period: May 19, 2018 through May 18, 2019 Option Period 1: May 19, 2019 through May 18, 2020 Option Period 2: May 19, 2020 through May 18, 2021 Option Period 3: May 19, 2021 through May 18, 2022 Option Period 4: May 19, 2022 through May 18, 2023 The Clinomics program in the NCI CCR Genetics Branch is designed to provide sequence data on clinical patient samples to assist physicians in determining treatment for cancer patients. The NextSeq equipment is part of the core equipment needed to accomplish this work. The Clinomics program is a Clinical Laboratory Improvement Amendments (CLIA) regulated service; CLIA regulations require the equipment be maintained in optimum condition and serviced annually as part of a preventive maintenance inspection regimen. Therefore, having this contract will permit the NCI to be CLIA compliant. Illumina is the only known maintenance service provider for the NextSeq 500. The equipment is highly specialized and complicated, integrating many proprietary technologies. Illumina is the only provider of the service needed for this equipment and is the only Contractor that can provide factory trained engineers and original grade replacement parts for the equipment. It is critical to the NCI Clinomics program that the equipment mentioned above be calibrated accurately and maintained according to the manufacturer's specifications. Any deviation from the specifications could ruin countless hours of work, distort and destroy the integrity of information and/or ruin further studies, and significantly delay the laboratory's throughput. The software supplied with this equipment, which acts as the instruments operating system, is proprietary, and updates and patches are solely available through Illumina. The Contractor has unlimited access to parts and technical support both of which are of a proprietary nature. 1.0 SCOPE The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for the Illumina NextSeq 550 desktop sequencers. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. The sequencers have to be maintained and at optimal working order. All maintenance services shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices. 2.0 TYPE OF ORDER This is a firm fixed-price purchase order. 3.0 SPECIAL ORDER REQUIREMENTS 3.1 PREVENTIVE MAINTENANCE The Contractor shall perform not less than one (1) preventive maintenance inspection during the contract period. The service shall be performed by a factory-trained Field Service representative. The service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. 3.2 EMERGENCY SERVICE On-site, emergency repair service visit shall be provided during the term of this contract at no additional cost to the government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within provide a one (1) hour initial response with a four (4) hour on-site response a qualified factory-trained service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for planned preventative maintenance. All labor and travel will be included. The Contractor shall provide unlimited clinical technical telephone support (24hrs/day, 7 days/week) for trouble-shooting for the instrument and clinical application support (M-F 8am-9pm), excluding Federal holidays. 3.3 REPLACEMENT PARTS The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new to original equipment specifications. Parts will be delivered the next business day. 3.4 SOFTWARE UPDATES/SERVICE The Contractor shall provide Software Service and updates in accordance with the manufacturer's latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. The contractor shall receive advance approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at no additional cost to the government. 3.5 SERVICE EXCLUSIONS The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. These repairs shall be the subject of a separate purchase order and shall not be performed under this contract. 3.6 PERSONNEL QUALIFICATIONS Technically qualified factory-trained personnel shall have three (3) years' experience and be able to perform service to Illumina NextSeq 500, as covered by this contract. All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract. 4.0 PLACE OF PERFORMANCE Service shall be performed at the following location: NIH, NCI 37 Convent Drive Bethesda, MD 20892 5.0 PAYMENT Payment shall be made quarterly in arrears. Payment authorization requires submission and approval of invoices to the COR and NIH OFM. This is not a solicitation for competitive quotations. However, if any interested parties, especially small businesses, believe they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. A copy of the capability statement must be received in the NCI Office of Acquisition on or before 11:00 AM EST on May 3, 2018. All questions must be in writing and can be faxed (240) 276-5401 or emailed to Kathy Elliott, Contract Specialist at Elliottk@mail.nih.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, Contractors must have valid registration and certification on Sam.gov, www.sam.gov. No collect calls will be accepted. Please reference solicitation number N02RC82538-61on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC82558-61/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04901057-W 20180427/180425230953-a3e8cb97ab39645c9abd4ebdf9f891d6 (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  © 1994-2020, Loren Data Corp.