Service and Maintenance for a DNA qualification instrument (Femto Pulse System)
ID: 75N95025Q00162Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide service and maintenance for the Agilent Femto Pulse System, a critical instrument used for DNA qualification within its Center for Alzheimer’s and Related Dementias (CARD). The procurement includes a base year and two optional years under a firm fixed price agreement, requiring certified Agilent technicians to perform preventative maintenance, software upgrades, and troubleshooting, with rapid response times mandated for service requests. This maintenance is essential for ensuring the operational capabilities of vital research equipment, which supports ongoing studies in Alzheimer's and related dementias. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The provision 52.204-24 outlines representations related to telecommunications and video surveillance equipment in federal contracts, emphasizing prohibitions under Section 889 of the John S. McCain National Defense Authorization Act. Offerors must disclose whether they provide or utilize covered telecommunications equipment or services, with specific requirements for information disclosure related to production entities and descriptions of equipment or services offered. The provision delineates responsibilities for Offerors to verify compliance by reviewing the System for Award Management (SAM) for excluded parties. The intent is to prevent procurement of potentially insecure technologies and ensure transparency in federal contracting processes. The document's structure includes definitions, prohibitions, procedures, and detailed disclosure requirements, reinforcing the government's focus on national security and the integrity of federal procurements.
    The document outlines requirements regarding "covered telecommunications equipment or services" for federal contracting. It highlights the necessity for offerors to confirm whether they provide or use such equipment or services as part of their contractual offerings. The text specifies that offerors must conduct a "reasonable inquiry" to support this representation. Additionally, they are required to consult the System for Award Management (SAM) to check for exclusions related to such telecommunications entities. The document ends with a certification section for an authorized individual to sign, validating compliance with the obligations set forth. This provision is essential for ensuring that federal contracts do not involve telecommunications products that may pose security risks to the government.
    The document is an addendum to the FAR 52.212-4, outlining terms and conditions for government contracts involving commercial items. It establishes the order of precedence for resolving inconsistencies within the solicitation or contract, prioritizing the schedule of supplies/services first. It defines "commercial supplier agreements," which are standard terms typically offered by vendors for contracts involving commercial items and describes how these agreements must comply with federal law when the U.S. Government is the end user. Key provisions address issues such as the binding nature of the agreement on the ordering organization while protecting government employees from personal liability. The document stipulates that any local or state law cannot supplant federal law, and it reinforces the government's right to continue performance during disputes. Additionally, it prohibits automatic renewals of licenses or services without prior consent and addresses concerns related to indemnification, audits, taxes, and confidentiality. This addendum ensures clarity and compliance in the contractual relationship between commercial suppliers and the government, emphasizing that federal regulations govern the agreements while preserving the government's rights. Overall, it seeks to enable efficient procurement and risk management in government acquisitions of commercial items.
    This document outlines various Federal Acquisition Regulation (FAR) clauses applicable to contractors engaged in federal procurement, particularly for commercial items and services. It details the contractor's obligation to comply with specific provisions enacted by law or executive orders, including clauses related to business ethics, subcontractor restrictions, whistleblower protections, reporting requirements, small business set-asides, and prohibitions on certain foreign entities. Key clauses include the Contractor Code of Business Ethics, Service Contract Reporting Requirements, and restrictions concerning telecommunications services from specified companies. The document further addresses issues such as labor standards, trafficking in persons, and environmental considerations. It underscores the importance of compliance with established regulations to ensure ethical business practices, accountability, and support for small businesses. This framework is critical for maintaining integrity in the federal acquisition process and enhancing the economic participation of diverse business entities, ultimately promoting transparency and fairness in federal contracting processes.
    The document outlines invoice and payment provisions for contractors dealing with the National Institutes of Health (NIH). It specifies the requirements for proper invoices, including necessary information such as contractor details, contract numbers, and unique identifiers. Invoices must be submitted through the Department of Treasury's Invoice Processing Platform (IPP) and should follow the Prompt Payment Act guidelines for timely payments. Key provisions include invoice submission criteria, payment timelines—generally 30 days post-receipt of proper invoices—and interest penalties for late payments under certain conditions. Additionally, the document emphasizes the need for accelerated payments to small business subcontractors and incorporates electronic submission requirements per HHS policies. Overall, this guidance is crucial for ensuring contractors comply with payment protocols and invoice submission procedures, facilitating the efficient processing of payments for government contracts. It reflects the federal government's commitment to maintaining transparency and support for small businesses in the contracting arena.
    The National Institute on Aging (NIA) seeks to procure maintenance services for its Agilent Femto Pulse System, utilized for DNA qualification within its Center for Alzheimer’s and Related Dementias (CARD). The contract includes a base year and two optional years, emphasizing a firm fixed price agreement. The maintenance will be performed by certified Agilent technicians, covering all aspects like preventative maintenance, software upgrades, and troubleshooting. It mandates rapid response times, with technicians acknowledging service requests within 24 hours and onsite visits within 72 hours. The contractor is responsible for detailed reporting of maintenance activities. The scope specifies that the government will provide workspace for the technicians, while travel expenses for regular work at the facility are not reimbursable unless pre-approved. Compliance with Section 508 of the Rehabilitation Act is required. This document outlines the requirements and expectations for maintaining the operational capabilities of crucial research equipment, underscoring the significance of continuity in NIA's research endeavors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Maintenance service for Mass Spectrometers and components
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide maintenance services for mass spectrometers and their components, critical to ongoing research at the National Institute on Aging (NIA). The contract requires OEM-certified technicians to perform preventive maintenance, emergency repairs, and technical support, ensuring the instruments remain operational for research on aging and proteomics. This maintenance is vital for the integrity and functionality of essential research equipment, with services to be conducted at the NIA facility in Baltimore, Maryland, from March 25, 2025, to March 24, 2026. Interested parties should contact Iris Merscher at iris.merscher@nih.gov or 301-827-2547 for further details.
    Qiagen, LLC QIA Instrument Maintenance Service
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the maintenance service of Qiagen, LLC QIA instruments. This procurement aims to ensure the operational efficiency and reliability of electronic and precision equipment used in laboratory settings, which is critical for ongoing research and health initiatives. The services will be performed in Bethesda, Maryland, and interested vendors can reach out to Kimala Winfield at kimala.winfield@nih.gov or 301-496-7015, or Malinda Dehner at DehnerM@cc.nih.gov or 301-594-6320 for further details. The opportunity is currently in the presolicitation phase, and specific deadlines will be communicated as the procurement process progresses.
    Preventive Maintenance Service for Thermo Orbitrap Fusion Lumos Mass Spectrometer System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking preventive maintenance services for its Thermo Orbitrap Fusion Lumos mass spectrometer system, which is crucial for the Clinical Cancer Metabolism Facility's research activities. The contractor will be responsible for providing all necessary labor, materials, and equipment to maintain the system's functionality, including annual scheduled visits for cleaning, calibration, and testing, as well as emergency services at no additional cost. This procurement is vital for ensuring the accuracy and reliability of data from clinical trials, directly impacting patient care and safety, and is structured as a firm fixed-price order for one year with four optional extensions. Interested parties, particularly small businesses, are encouraged to submit capability statements by March 3, 2025, and can contact David Romley at David.Romley@nih.gov or 240-276-7822 for further information.
    Roche cobas® z 480 Analyzer Maintenance Service
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking maintenance services for the Roche cobas® z 480 Analyzer. This presolicitation opportunity aims to ensure the proper functioning and reliability of this critical laboratory equipment, which is essential for various diagnostic and research applications. The maintenance service will be performed in Bethesda, Maryland, and interested vendors can reach out to Kimala Winfield at kimala.winfield@nih.gov or 301-496-7015, or Malinda Dehner at dehnerm@cc.nih.gov or 301-594-6320 for further details. The procurement process is in the early stages, and specific deadlines will be communicated as the opportunity progresses.
    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.
    Maintenance Service_Quant Studio 5 qPCR Instrument
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is seeking a sole source contract for comprehensive maintenance services for the Applied Biosystems QuantStudio 5 qPCR Instrument. The procurement aims to ensure the instrument's operational efficiency and safety in sequencing viral and Rickettsial diseases, necessitating qualified technicians from Life Technologies Corporation, the sole manufacturer authorized to provide such services since 2020. This maintenance is critical for the ongoing functionality of essential medical equipment used by the government, with services including on-site repairs, preventive maintenance every six months, and emergency support. Interested parties can reach out to Shamai Carter at shamai.m.carter.civ@health.mil or Nataki Johnson Lovett at nataki.s.johnsonlovett.civ@health.mil for further details.
    SERVICE AGREEMENT FOR REESE ELECTRONIC MONITORING SOFTWARE
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the Reese Electronic Monitoring Software. This procurement aims to secure maintenance and repair services for electronic and precision equipment, which are critical for the NIH's operational efficiency and research capabilities. The services will be performed in Hamilton, Montana, and are categorized under the NAICS code 811210, focusing on the maintenance and repair of laboratory instruments and equipment. Interested vendors can reach out to Maliaka Pinkney at maliaka.pinkney@nih.gov or call 240-669-5308, or contact Jesse Weidow at weidowjd@niaid.nih.gov or 406-375-9783 for further details.
    J--LSM and Crossbeam Equipment Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking sources for the maintenance of LSM and Crossbeam equipment. This procurement aims to ensure the proper functioning and longevity of electronic and precision equipment, which is critical for laboratory operations and research activities. The services required fall under the NAICS code 811210, focusing on the repair and maintenance of instruments and laboratory equipment. Interested vendors can reach out to Noelle Decenzo at noelle.decenzo@nih.gov or call +1 301 402 5571 for further details regarding this opportunity.
    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.
    NOTICE OF INTENT TO SOLE SOURCE: Preventive Maintenance Services for one (1) Bruker GeoMx Digital Spatial Profiler System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for preventive maintenance services for one Bruker GeoMx Digital Spatial Profiler System at its Tumor Immune-Micro-Environment laboratory in Bethesda, Maryland. The procurement includes on-site maintenance, emergency repair services, and software updates, all to be performed by factory-trained personnel to ensure the system operates optimally for research on tumor microenvironments and immune-based therapies. This contract is crucial for maintaining advanced research equipment that supports innovative cancer treatment strategies, with a performance period of one base year and four optional extensions, and payments made quarterly in arrears. Interested parties can contact Miguel Diaz at miguel.diaz@nih.gov or by phone at 240-276-5439 for further details.