Preventive Maintenance Services For One Illumina Microarray Scanner (iScan/RoMa) and Two Illumina Sequencers (NextSeq 550Dx)
ID: 75N91025Q00032Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH NCIBethesda, MD, 20892, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 2, 2025, 4:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH) and the National Cancer Institute (NCI), is seeking to procure sole-source preventive maintenance services for one Illumina Microarray Scanner (iScan/RoMa) and two Illumina Sequencers (NextSeq 550Dx) from Illumina, Inc. The procurement aims to ensure that these critical instruments, used for high-throughput diagnostic assays essential for patient care and clinical trials, are maintained according to the manufacturer's specifications to guarantee data accuracy and system reliability. This maintenance is vital for the integrity of ongoing clinical research and compliance with clinical laboratory standards, as any instrument failure could jeopardize patient safety. Interested parties, particularly small businesses, may submit capability statements by April 2, 2025, to Contract Specialist David Romley at David.Romley@nih.gov, with the contract period expected to run from July 1, 2025, to June 30, 2026.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 7:22 PM UTC
The National Institutes of Health (NIH), National Cancer Institute (NCI) seeks to procure sole-source preventive maintenance services for an Illumina Microarray Scanner (iScan/RoMa) and two Illumina Sequencers (NextSeq 550Dx) from Illumina, Inc. This acquisition is critical for maintaining accurate performances of high-throughput diagnostic assays essential for patient treatment and clinical trial integrity. The services must be provided by authorized OEM-trained engineers to ensure data accuracy and system reliability, as any instrument failure could jeopardize patient safety and the quality of ongoing clinical trials. The notice invites interested parties, particularly small businesses, to submit capability statements if they believe they can meet the government's needs. However, the procurement is intended to remain sole-source, emphasizing the proprietary nature of the systems and the necessity for maintaining compliance with pertinent clinical laboratory standards. Interested vendors must respond to the notice by April 2, 2025, for consideration.
Mar 26, 2025, 7:22 PM UTC
The Statement of Work outlines the requirements for preventive maintenance services for one Illumina Microarray Scanner (iScan/RoMa) and two Illumina Sequencers (NextSeq 550Dx) at the NIH's National Cancer Institute. It emphasizes the importance of maintenance for equipment used in high-throughput diagnostic assays integral to patient care and clinical protocols. The contractor is responsible for all labor and materials necessary for maintenance, including one scheduled preventive visit per year, emergency service, and software updates at no additional cost to the government. Maintenance must adhere to the manufacturer's standards, ensuring performance validation through quality control. The document specifies the timelines for service reports, response times for emergencies, and the qualifications required for personnel providing these services. The contract will span from July 1, 2025, to June 30, 2026, with defined protocols for invoicing and payment processing, focusing on compliance and accessibility standards. This procurement showcases the NIH's commitment to maintaining high standards in laboratory operations and patient care.
Similar Opportunities
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
Notice of Intent to Sole Source – Thermo Eberline
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Thermo Eberline for the provision of services and maintenance for existing radiation detection equipment at the NIH Clinical Center in Bethesda, Maryland. The procurement involves maintenance for three Thermo Eberline FHT 3511 PET Stack Monitors and one FHT-59 PING radiation detector, which are critical for monitoring exhaust emissions from several facilities. This acquisition is being conducted under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the unique capabilities of Thermo Eberline as the only manufacturer of the required equipment. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by April 17, 2025, at 12 PM EST.
Notice of Intent to Sole Source – Philips Healthcare
Buyer not available
The National Institutes of Health (NIH) intends to award a sole source contract to Philips North America for maintenance services related to the Philips Ultrasound Epiq7 systems at the NIH Clinical Center in Bethesda, Maryland. The procurement involves a fixed price purchase order for a comprehensive service agreement that includes telephone and on-site support, software upgrades, and discounted replacement parts for the highly specialized echocardiography imaging systems. This acquisition is critical as Philips is the only authorized provider capable of delivering the necessary technical support and maintenance due to the proprietary nature of the equipment. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by April 15, 2025, at 6 PM EST.
NOTICE OF INTENT SOLE SOURCE AWARD
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Hamamatsu for the procurement of a Photosensor Module with PMT and Power supply. This contract is not open for competitive proposals; however, potential suppliers who believe they can meet the requirements are encouraged to submit a capability package detailing their offerings. The goods are critical for laboratory applications, aligning with the NIH's mission to advance health research. Interested parties must submit their capability packages to Ms. Van Holley at holleyv@od.nih.gov by 9:00 AM ET on April 15, 2025, and must be registered with the System for Award Management (SAM).
BioFire ® FilmArray ® Torch System extended warranty service
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to BioFire Defense, LLC for the extended warranty service of the BioFire® FilmArray® Torch System and associated modules. This procurement aims to secure a Firm-Fixed price purchase order for warranty services essential for the operation of clinical patient care testing equipment used by the Microbiology Service in the Department of Laboratory Medicine. The BioFire® system is critical for the rapid detection of infectious agents, thereby facilitating timely patient treatment, and BioFire Defense is the only vendor capable of providing the necessary warranty for this specialized equipment. Interested vendors may submit capability statements to the primary contact, Kimala Winfield, at kimala.winfield@nih.gov, by the specified deadline, as this opportunity is not open for competitive quotations.
Notice of Intent to Sole Source – Dynamic Systems Inc.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Dynamic Systems Inc. for Oracle hardware and software maintenance and support. This procurement is critical for maintaining the functionality of the NIH Clinical Center's existing Sun Server environment, which hosts essential systems, applications, and databases vital to hospital operations. The contract will be awarded under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the proprietary nature of Oracle products, which are deemed necessary for the Clinical Center's needs. Interested parties may submit their capabilities and interest to Kristin Nagashima, Contract Specialist, via email by April 15, 2025, at 6 PM EST.
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
Buyer not available
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
NOTICE OF INTENT FOR LABORATORY EQUIPMENT AND SUPPLIES
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Plexon, Inc. for the procurement of laboratory equipment and supplies essential for research purposes. The contract will cover various items including headstages and cables, multi-electrode arrays, acquisition and analysis software, an overhead camera system, and optogenetics systems, all of which are critical for data acquisition and analysis in laboratory settings. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the Contract Specialist, Ms. Van Holley, by 9:00 AM ET on April 18, 2025. Responses must include company details and product specifications, and all contractors must be registered with the System for Award Management (SAM).
Preventative Maintenance Agreement
Buyer not available
Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
Skalar Equipment Maintenance
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to procure maintenance services for Skalar Robotic Analyzer SP2000 equipment on a sole source basis from Skalar, Inc. The procurement includes annual preventive maintenance, repair services, parts replacement, and one emergency visit per year, with a contract period anticipated to consist of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in public health initiatives. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to the primary contact, Monica Perez, at monica.c.perez3.civ@health.mil.