Combined Synopsis/Solicitation for Illumina Maintenance Service
ID: 75D30125Q78540Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source firm fixed-price contract for maintenance services of Illumina NovaSeq 6000 and MiSeq sequencing instruments. The procurement aims to ensure the availability of manufacturer-approved repair and maintenance services, which are critical for supporting outbreak studies and public health emergencies, with a performance period from December 7, 2024, to December 6, 2025. This contract is essential for the CDC's Genomic Sequencing Laboratory (GSL) to maintain high-quality operations, particularly during times of increased demand for sequencing services. Interested parties must submit their proposals to James Brown III at xvn8@cdc.gov by 12:00 P.M. EDT on October 21, 2024, with an estimated contract value of $144,910.12.

    Point(s) of Contact
    James Brown III
    xvn8@cdc.gov
    Eric Lyons
    kpy2@cdc.gov
    Files
    Title
    Posted
    This solicitation by the Centers for Disease Control and Prevention (CDC) seeks quotes for a maintenance service contract for Illumina NovaSeq 6000 and MiSeq sequencing instruments, with a performance period from December 7, 2024, to December 6, 2025. The contract, categorized under NAICS code 811219, is structured as a firm-fixed-price purchase. It outlines requirements for repair and maintenance services, emphasizing the need for manufacturer-approved parts, prompt on-site repair responses within two business days, and annual preventive maintenance. The CDC's Genomic Sequencing Laboratory (GSL) plays a vital role in sequencing for various programs, necessitating high-quality maintenance services to manage a high volume of samples, particularly from disease outbreaks. Offerors must adhere to applicable Federal Acquisition Regulation (FAR) provisions and be registered in the System for Award Management (SAM). Interested parties are to submit their proposals to a designated CDC official by October 21, 2024. The document highlights compliance, regulatory clauses, deliverables, and communication protocols, ensuring that contractor personnel maintain clear identification as non-government employees during all interactions.
    The document outlines the justification for a sole source procurement by the Centers for Disease Control and Prevention (CDC) for maintenance, repair, and support of the Illumina NovaSeq 6000 and MiSeq instruments, estimated at $144,910.12. The procurement must follow FAR regulations, specifically FAR 13.106-1(b) and FAR 8.405-6, which permit acquisitions from a single source under compelling circumstances. The justification includes the necessity for compatibility and continuity of support for instruments critical during public health emergencies. Direct support from the manufacturer is emphasized as essential due to the urgency of repairs and the rapid response required for outbreak studies, while third-party services are deemed insufficient due to longer timelines and procedural delays. The program office, represented by Faye Rashid, certifies that the justification is accurate and necessary for non-competitive action. The contracting officer must also validate this justification for it to proceed, ensuring that federal regulations for sole source procurement are adhered to, thereby underscoring the efficiency of operations within the CDC during public health crises.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Illumina, Inc MiSeq Instruments Preventative Maintenance
    Active
    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 firm fixed-price contract to Illumina, Inc. for the preventative maintenance of MiSeq Sequencing Systems located in Bethesda, Maryland. This contract is crucial for ensuring the operational integrity of the equipment, which is essential for high-resolution Human Leukocyte Antigen (HLA) typing in transplant patient testing. Illumina, Inc. is the sole manufacturer and service provider for these systems, and their maintenance is necessary to prevent warranty invalidation and ensure accurate patient test results. Interested parties may express their interest by October 21, 2024, but the decision to not pursue competitive bids will be at the discretion of the government. For further inquiries, contact Emeka Onyejekwe at emeka.onyejekwe@nih.gov.
    Maintenance and Repair Service for the Nanopore Promethion Long Read Sequencer (Serial no: P48_051)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for the Nanopore Promethion Long Read Sequencer (Serial no: P48051). The selected contractor will provide comprehensive maintenance support, including labor, travel, replacement parts, software upgrades, and staff training to ensure the reliable functioning of this critical laboratory equipment used in aging and Alzheimer's research. This contract is anticipated to be awarded as a firm fixed-price purchase order, covering a performance period from October 28, 2024, to October 27, 2025, with four option years. Interested vendors must submit their quotations by 11:00 A.M. Eastern on October 16, 2024, to Hashim Dasti at hashim.dasti@nih.gov.
    Notice of Intent for Meso Scale Discovery Sector S 600 Readers Service Contract
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source maintenance service contract with Meso Scale Diagnostics LLC for the servicing of MESO SECTOR S 600MM instruments located at its Gaithersburg, MD facility. The contract encompasses several service packages, including preventive maintenance inspections, repairs, and pre-contract inspections for specific instruments, with maintenance services set to commence between October 24, 2024, and April 17, 2025, and concluding on May 5, 2025. This procurement is critical for ensuring the operational reliability of laboratory equipment essential for research, and it mandates that vendors provide factory-trained technicians and OEM specification parts. Interested vendors must submit their capability statements and relevant documentation via the NIAID electronic Simplified Acquisition Submission System (eSASS) by 10:00 AM on October 18, 2024, as this opportunity is not a request for proposals.
    BD FACSLyric Flow Cytometers System Preventative Maintenance
    Active
    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 preventative maintenance services for BD FACSLyric Flow Cytometers Systems. The procurement aims to ensure the continued operation and maintenance of critical laboratory equipment used in patient care and cell therapy, which includes unlimited telephone support, service visits, emergency onsite requests, software updates, and annual preventative maintenance inspections. Interested small businesses must submit a capability statement and business information by 12:00 PM Eastern Standard Time on October 17, 2024, to Sheri Eiri at sheri.eiri@nih.gov, referencing posting number 25-000245. The anticipated contract will cover a base year and four option years, starting from December 24, 2024.
    SERVICE AGREEMENT FOR FACSYMPHONY A5 SPECTRAL CELL ANALYZER AND HIGH THROUGHPUT SAMPLER
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a qualified contractor to provide a service agreement for the BD FACSymphony A5 Spectral Cell Analyzer and High Throughput Sampler. The procurement includes comprehensive coverage for parts, labor, and preventative maintenance, ensuring the operational efficiency of critical laboratory equipment used in research and diagnostics. The contract will be awarded based on technical capability and price, with a performance period from December 13, 2024, to December 12, 2025. Interested vendors must submit their quotes via the NIAID electronic Simplified Acquisition Submission System (eSASS) by October 21, 2024, at 12:00 am EST, and can contact Maliaka Pinkney at maliaka.pinkney@nih.gov for further inquiries.
    Flu Vaccine Storage and Rotation - Notice of Intent to Sole Source
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) intends to award a sole source firm fixed price purchase order to Seqirus USA Inc. for the storage and rotation of influenza vaccine stockpiles. This procurement aims to ensure the availability of pediatric vaccines manufactured by Seqirus USA Inc. in the national stockpile, which is critical for responding to potential disease outbreaks or vaccine shortages. Interested parties may express their interest and capability to fulfill this requirement, with all responses considered by the government within fifteen days of the notice's issuance. Quotations should be submitted via email to the contract specialist at uuu0@cdc.gov by close of business on October 22, 2024.
    Preventive Maintenance Agreement for a NanoSight NS300
    Active
    Health And Human Services, Department Of
    The U.S. Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors for a Preventive Maintenance Agreement for a NanoSight NS300 and Hydro EV Accessory. The procurement aims to establish a contract that includes on-site preventive maintenance, unlimited corrective repairs, and services performed by OEM-certified engineers, adhering to Original Equipment Manufacturer specifications. This maintenance is crucial for ensuring the reliability and performance of the FDA's laboratory equipment, which plays a vital role in regulatory and research activities. Interested vendors must submit their qualifications, including business information and past performance, by October 18, 2024, to Yolanda Rankin at yolanda.rankin@fda.hhs.gov or by phone at 214-253-4954. The contract will have a base period plus three one-year option periods, starting from November 8, 2024.
    BD Biosciences BD FACSLyric™ 3L10C Lease, Consumables and Service
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) is seeking qualified contractors to provide leasing, consumables, and maintenance services for the BD FACSLyric™ 3L10C system, as part of a sources sought announcement. The procurement aims to ensure the continued operation of critical laboratory equipment used for immunology flow cytometry, which is essential for delivering over one million test results annually for patient care and research. This opportunity emphasizes the need for proprietary reagents and robust support from the manufacturer, highlighting the importance of consistent and reliable testing in a clinical research environment. Interested parties must submit their responses by 12:00 PM Eastern Standard Time on October 23, 2024, to the primary contact, Kimala Winfield, at kimala.winfield@nih.gov.
    6640--PCR Molecular Testing System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a sole source contract for a PCR Molecular Testing System to Roche Diagnostics for the Hampton VA Medical Center (VAMC) laboratory. This contract, numbered 36C24625Q0084, will cover the Cobas 5800 system, associated assays, and supplies, with a firm-fixed price structure consisting of a base year and four option years, set to commence on December 30, 2024. The procurement is critical as Roche Diagnostics is the sole provider of these specialized items, with no authorized distributors available, ensuring the VA can maintain high standards in healthcare delivery. Interested parties must respond to Contract Specialist Stephanie McElmore within seven days of this notice, which closes on October 18, 2024, at 10:00 AM EDT, and should note that the government will not compensate for any information submitted.
    Service and Maintenance on 5 Liconic CO2 incubators
    Active
    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 service and maintenance for five Liconic CO2 incubators utilized in Alzheimer’s research. The procurement includes comprehensive maintenance and repair support, which encompasses preventative maintenance, software and firmware upgrades, troubleshooting, and in-house training, all performed by certified technicians from Liconic. This contract is crucial for ensuring the operational integrity of essential research equipment, thereby supporting ongoing Alzheimer’s research efforts at the NIH facility in Bethesda, Maryland. Interested parties must submit their proposals by 9:00 a.m. Eastern Daylight Time on October 22, 2024, referencing solicitation number 75N95025Q00002, and can direct inquiries to Emily Palombo at emily.palombo@nih.gov.