Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2024 SAM #8186
SOLICITATION NOTICE

65 -- Notice of Intent MiSeq service contract renewal

Notice Date
4/24/2024 6:00:29 AM
 
Notice Type
Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
24-005602
 
Response Due
5/8/2024 6:00:00 AM
 
Archive Date
05/23/2024
 
Point of Contact
Damien Goines, Phone: 3018274845
 
E-Mail Address
damien.goines@nih.gov
(damien.goines@nih.gov)
 
Description
Notice of Intent 24-005602 Product Service Code: 6515 NAICS Code: 811210 �- (Not Small Business Size Standards- 1,250 Average Number of Employees) Place of Performance: Bethesda, MD 20892 USA PSC-Code 6515 POTS: 24-005602 Description: This is a notice of intent, not a request for a quotation. �A solicitation document will not be issued, and quotations will not be requested. �The National Institutes of Health (NIH), Office of Purchasing and Contracts (OPC) & National Institutes of Health (NIH) Clinical Center intends to award a firm fixed price contract to ILLUMINA, INC. of San Diego, California to provide MiSeq service contract renewal for the continuation of the maintenance agreement � The purpose of this MiSeq service contract renewal MiSeq service contract renewal covers maintenance, support and emergency servicing for the MiSeq Sequencer located in the Center for Cellular Engineering (CCE) of the Clinical Center at NIH.� The MiSeq Silver Support Plan is required to comply with 21CFR 211.67.� The MiSeq Sequencer performs flow assays on clinical and research cellular products in CCE. Minimum Specifications The contractor shall perform the following: The contractor shall provide the most popular full-service plan balancing performance, productivity, and cost to deliver confidence and peace of mind. The full-service plan includes below: ������������� 1 Annual Preventive Maintenance(PM) ������������� Full coverage for parts, labor and travel ������������� Reagent replacement upon HW failures ������������� Remote Technical Support 18x5(18 hours per day, Monday through Friday) ������������� 2 business day on-site response target ������������� On-site FAS application support ������������� Control SW and HW updates ������������� Remote monitoring available ������������� Discounts on advanced application training Parts/Supplies The contractor shall supply all parts and supplies needed for service and maintenance. Labor and Travel The contractor shall provide all labor and travel at no additional cost for the duration of the contract. IT Security Concerns 1. Will the vendor install and/or maintain the equipment/software/hardware on site at NIH? Yes 2. How long will the vendor need to be on site?� Depends on the complexity of the problem 48 hr. 3.� Will the vendor have remote access to any system on site at NIH (e.g. patch management/trouble shooting, etc.)?� If so, what remote access technology will the vendor use? NO 4. Will the vendor have access (even inadvertently) to PII/PHI data on any NIH systems? NO 5. Will the vendor develop a system or hold NIH data off site (at vendor facility)? NO Contract Duration:� M05973: 06/20/2024 to 06/19/2025 or 12 months. ����������������������������� ���� �M06227: 06/21/2024 to 06/20/2025 or 12 months. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13 � Simplified Acquisition Procedures, Subpart 13.106-1(b)(1), For purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstance of the contract action deem only one source reasonably available.� Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. Interested parties may identify their interest and capabilities in response to this posting. The determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b127f7e17e094fa2a9c2f56a737ee2d8/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07041806-F 20240426/240424230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.