Maintenance and Repair Service for Illumina Laboratory Equipment NovaSeq 6000 Sequencer
ID: 75N95025Q00163Type: 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 a contractor to provide maintenance and repair services for the Illumina NovaSeq 6000 Sequencer, a critical piece of laboratory equipment used in genetic and genomic research. The contractor will be responsible for comprehensive services, including parts, labor, travel, remote technical support, on-site assistance, software and hardware updates, and application support, all performed by certified Illumina technicians. This initiative is vital for ensuring the operational integrity of the NIH's research capabilities, with the performance period set from April 13, 2025, to October 12, 2025. Interested parties should contact Emily Palombo at emily.palombo@nih.gov for further details regarding the procurement process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which mandates that Offerors refrain from supplying or using covered telecommunications equipment or services in government contracts. It stipulates that Offerors must complete specific representations based on their responses to previous provisions related to covered equipment and services. Definitions related to telecommunications are provided, along with the legal prohibitions established by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. These regulations prohibit executive agencies from engaging with entities that utilize covered telecommunications equipment as a crucial component of systems. Offerors are required to disclose relevant information about any covered equipment or services they intend to offer and justify their compliance with the prohibitions. The document emphasizes the importance of evaluating excluded parties through the System for Award Management (SAM) to ensure compliance in federal awards. This provision aims to safeguard national security by preventing reliance on potentially harmful telecommunications technologies in government operations.
    The document outlines the requirements for federal contractors concerning "covered telecommunications equipment or services." It emphasizes that offerors must review the System for Award Management (SAM) list for entities barred from receiving federal awards based on their provision of such equipment or services. Offerors are required to represent whether they supply these covered telecommunications items in their products or services and to disclose whether they use any equipment or services incorporating this prohibited technology. The representation necessitates a reasonable inquiry into their supply or usage. Overall, the provision seeks to ensure compliance with federal regulations aimed at protecting government contracts from compromised telecommunications resources, reinforcing the integrity of government procurement processes.
    The document serves as an addendum to the Federal Acquisition Regulation (FAR) 52.212-4, outlining terms and conditions for commercial items agreements, particularly for acquisitions by the U.S. Government. It establishes an order of precedence for resolving inconsistencies between the solicitation and contract provisions, prioritizing the schedule of supplies/services first, followed by various clauses and agreements. The addendum defines commercial supplier agreements, detailing their relevance to government acquisitions and specifying the government’s rights, obligations, and protections regarding these agreements. Key points include the supremacy of federal law in governing disputes, limitations on unilateral changes by suppliers, non-automatic renewals of services, and confidentiality stipulations. This document is essential for ensuring compliance and protecting the interests of the government in contracts involving commercial supplies and services, particularly within the context of RFPs and federal grants, making clear the special considerations applicable to government procurement processes.
    The document outlines mandatory contract terms and conditions required for federal acquisitions of commercial products and services, specifically articulated in FAR clause 52.212-5. It emphasizes compliance with specified Federal Acquisition Regulation (FAR) clauses that implement legal and executive order provisions. Key clauses cover contractor responsibilities regarding business ethics, subcontractor management, and labor standards, including provisions for small business utilization and whistleblower protections. Additional restrictions underscore the prohibition of certain technology suppliers and confidentiality agreements. The document also details the accountability measures for contractors, including the accessibility of records for auditing. Overall, it serves as a framework for contractors, ensuring adherence to procurement laws and promoting ethical business practices within federal contracting, particularly beneficial for small businesses seeking opportunities in government contracts. Compliance with these terms is essential to maintaining eligibility for federal contracts.
    The document outlines federal regulations concerning the certification process for contracts that involve the maintenance, calibration, or repair of specific equipment under the Service Contract Labor Standards (SCLS). Offerors must certify whether their equipment is primarily used for non-government purposes and if the services are priced based on established catalog or market prices. This certification indicates that the compensation plan for service employees aligns with industry standards. If the offeror certifies compliance, the Service Contract Labor Standards clause may be excluded from their contract. Conversely, if the offeror fails to certify, they must inform the Contracting Officer, who may not proceed with the award. The structure includes a provision for certification, detailing obligations for offerors and the stipulations regarding the application of SCLS. This document is crucial for managing government contracts and ensuring compliance with labor standards for service contracts related to equipment services.
    The document outlines the HHS Information and Communication Technology (ICT) Accessibility Notice, mandating compliance with Section 508 accessibility standards for any offeror responding to associated solicitations. Key requirements include submission of an HHS Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report to demonstrate conformity with established accessibility criteria. Should an offeror misrepresent compliance, it will be responsible for rectifying any nonconformities post-award. The document emphasizes the necessity for submitted electronic content to meet specific accessibility criteria, with detailed checklists provided for various formats. Offerors must openly disclose any areas of nonconformance and provide adequate information about their ICT services to facilitate government evaluation. This clarity in accessibility requirements aligns with broader objectives of ensuring accessible technology within federal solicitations, promoting inclusivity, and fulfilling legal obligations under Section 508.
    The document outlines the requirements for accessibility of Information and Communication Technology (ICT) under contracts or orders related to federal procurement, emphasizing compliance with Section 508 of the Rehabilitation Act of 1973. It mandates that all ICT supplies, products, and services must adhere to the Revised 508 Standards, which can be referenced through provided links. The contractor holds the responsibility for ensuring that their products meet these accessibility standards and must undertake remediation at their own cost if compliance is not initially achieved. It also requires the submission of an HHS Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report for new ICT additions or modifications. For indefinite delivery contracts, specifications will be defined for each order, and contractors must also disclose any exceptions to Section 508 requirements. The primary aim of this document is to ensure accessibility in federal ICT acquisitions, reinforcing the government's commitment to inclusive technology solutions.
    The document outlines the Invoice and Payment Provisions for vendors involved with federal contracts under the NIH, particularly focusing on the requirements for submitting proper invoices through the Department of Treasury's Invoice Processing Platform (IPP). Key elements include detailed invoice requirements such as the vendor's information, unique identifiers, descriptions of supplies or services, and compliance with regulations like the Prompt Payment Act. The document specifies that payments are due either 30 days post-invoice receipt or government acceptance of services, with provisions for automatic interest penalties if these deadlines are not met. Additionally, a clause on expedited payments for small business subcontractors mandates that contractors make timely payments once they receive accelerated payments themselves. Overall, this document serves to establish transparent and enforceable guidelines for invoicing and payments, ensuring prompt transactions and compliance with federal directives. The guidance reflects broader compliance standards relevant to RFPs and federal grants, highlighting the government’s commitment to efficient procurement processes.
    The National Institute on Aging (NIA) intends to procure maintenance support for its Illumina NovaSeq 6000 Sequencer, which is essential for ongoing research in genetics and genomics. The contract requires the contractor to provide comprehensive services, including full coverage of parts, labor, and travel, remote technical support during working hours with a four-hour response time, a three-day target for on-site assistance, software and hardware updates, as well as on-site application support, all executed by certified Illumina technicians. The performance period is set from April 13, 2025, to October 12, 2025. The contractor will receive workspace and access to the equipment from the NIA during maintenance visits, and a service report must be delivered following each maintenance action. This initiative reflects the NIA's commitment to maintaining operational integrity and continuity in its scientific research facilities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    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 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Leica Microsystems equipment utilized by the Division of Intramural Research (DIR). This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory instruments and equipment, which are essential for ongoing research activities. The maintenance services will be performed in Rockville, Maryland, and interested vendors can reach out to Hershea Vance at hershea.vance@nih.gov or 301-761-6404, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details. The opportunity is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    Renewal of Maintenance Services for Philips Imaging Equipment at the Integrated Research Facility (IRF) at Fort Detrick, Maryland
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Philips imaging equipment located at the Integrated Research Facility (IRF) in Fort Detrick, Maryland. This procurement aims to ensure the continued operational efficiency and reliability of critical imaging equipment used in research and clinical applications. The maintenance services are vital for supporting ongoing research initiatives and ensuring compliance with safety and operational standards. Interested vendors can reach out to Danielle Tines at danielle.tines@nih.gov or by phone at 406-363-9251, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details regarding the justification and approval documentation.
    Notice of Intent to Sole Source – Life Technologies Corp.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Life Technologies Corporation for the procurement of reagents and consumables necessary for operating Life Technologies instruments at the NIH Clinical Center's Department of Laboratory Medicine. This acquisition is critical as the reagents have been validated for specific assays, including BCR-ABL fusion, cKIT mutation, and JAK2 mutation assays, ensuring consistency in patient testing and avoiding potential delays in patient care that could arise from switching vendors. Interested parties may express their interest and capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov, with comments due by December 17, 2025, at 12 PM EST.
    Preventive Maintenance Services For Government-Owned Clinical Philips Ingenia Elition 3.0T MRI Scanner
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide preventive maintenance services for a government-owned Philips Ingenia Elition 3.0T MRI scanner. The objective of this procurement is to ensure the optimal functioning and reliability of the MRI scanner, which is critical for various clinical applications and research initiatives within the NIH. This maintenance service is essential for sustaining the operational integrity of the equipment, thereby supporting the health and research missions of the NIH. Interested parties can reach out to John Russell, Contract Specialist, at John.Russell3@nih.gov, or Reyes Rodriguez, Contracting Officer, at reyes.rodriguez@nih.gov for further details regarding this opportunity.
    NIH COGEN Maintenance and Repair
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.