Eppendorf Service Agreement
ID: 75D301-25-Q-78593Type: 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 purchase order for a service agreement with Eppendorf North America, Inc. for the epMotion 5075t NGS Solution. This procurement aims to establish a five-year onsite service agreement that includes planned and unplanned service events, replacement parts, and annual preventive maintenance visits for critical laboratory instruments used in the CDC's national tick and tickborne pathogen surveillance program. The contract emphasizes the importance of maintaining optimal performance and compliance with original equipment manufacturer specifications while ensuring the safeguarding of sensitive information and employing certified technicians. Interested parties may submit capability statements or quotations by 4:00 PM EST on March 18, 2025, with all submissions directed to Sandra Adams at ab41@cdc.gov and Sheena Delaine at kpz5@cdc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the clauses and requirements related to federal procurement and contracting, including various Federal Acquisition Regulation (FAR) clauses that mandate compliance for contractors. It emphasizes the importance of maintaining updated systems for award management and introduces specific regulations related to small business considerations, contractor cooperation in equal employment investigations, and safeguards against unauthorized obligations. Additionally, it details requirements pertaining to the handling of non-public and procurement-sensitive information, necessitating Non-Disclosure Agreements (NDAs) for contractors and their employees to protect government data. The document indicates that contractors must adhere to strict guidelines regarding employee identification as non-government personnel and outlines the protocols for electronic funds transfer and payment processing. Furthermore, it discusses health information technology standards that awardees must follow for effective public health data exchange and interoperability among healthcare systems. This comprehensive directive signifies the government's commitment to transparency, fairness, and accountability in its contracting processes while ensuring the protection of sensitive information. Ultimately, it serves as a framework for contractors seeking to engage with the federal government and comply with the necessary legal and ethical standards.
    The Centers for Disease Control and Prevention (CDC) is seeking to procure service maintenance agreements for the epMotion 5075t NGS Solution, with a focus on a sole-source contract to Eppendorf North America, Inc., the original developer and provider of maintenance for this equipment. This combined synopsis/solicitation details a request for quotation (RFQ) for maintenance services intended to cover a five-year period from March 19, 2025, to March 18, 2030. The announcement states that any interested party can submit a capability statement or quotation, but the contract is primarily directed to Eppendorf due to their unique expertise and the proprietary nature of the technology involved. Potential service contracts include a base year and four optional years, covering multiple serial numbers of the epMotion system. The total cost will incorporate all expenses, and there is an emphasis on competitive pricing. Responses must be submitted by February 28, 2025, and the government retains the right to award all, a portion of, or none of the contract based on funding availability. The solicitation number is referenced throughout, and it reiterates the CDC's commitment to efficiency in maintaining critical laboratory instruments while ensuring adherence to procurement guidelines.
    The Centers for Disease Control and Prevention's Division of Vector-Borne Diseases (CDC-DVBD) is requesting a multi-year service agreement from Eppendorf North America for maintenance and repairs of two critical epMotion 5075 instruments, necessary for its national tick and tickborne pathogen surveillance program. The contract aims to ensure optimal performance through annual preventive maintenance and timely repairs, assuring compliance with original equipment manufacturer specifications while minimizing downtime. Key components of the service agreement include one annual preventive maintenance visit per machine, unlimited repair services including parts and labor, and technical support. Service at the CDC's Fort Collins Campus is required during regular business hours, with all travel costs covered by the contractor. The agreement imposes strict adherence to information security and privacy standards, emphasizing the safeguarding of government and personally identifiable information. The contractor must employ only certified technicians with U.S. citizenship for repairs. Overall, this contract underscores the government's commitment to maintaining high standards for public health surveillance while ensuring procedural and security compliance throughout the service duration. The specified vendor qualifications and deliverables aim to enhance the longevity and reliability of the laboratory equipment critical to CDC’s mission.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    CDC DFWED NARST Sensititre Supplies
    Buyer not available
    The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
    MAINTENANCE AGREEMENT ON BC T100 PROCESSING UNIT
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract for a 12-month maintenance agreement on a BC T200 Processing Unit with Global Life Sciences Solutions USA LLC. The procurement requires comprehensive service, including two planned preventive maintenance visits, priority response for repairs, and access to certified service engineers, ensuring the equipment operates effectively in a multi-user environment reliant on precise results. Interested vendors capable of meeting these requirements must submit a capability statement by 10:00 AM EST on March 20, 2025, via the NIAID electronic Simplified Acquisition Submission System (eSASS), with all necessary documentation and manufacturer certification included. For further inquiries, vendors may contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.
    QIAGEN, LLC Establishment of Preventative Maintenance and Service Agreement
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to establish a preventative maintenance and service agreement with QIAGEN, LLC for specific laboratory instruments located in Bethesda, Maryland. The procurement aims to ensure optimal functioning of the QI Acuity One, QI Agility, and QI Symphony SP instruments through a fixed-price contract that will provide factory-trained personnel for both preventative and remedial maintenance. This maintenance agreement is crucial for preventing costly repairs and ensuring the reliability of laboratory operations. Interested parties may express their interest and capabilities to Emeka Onyejekwe at emeka.onyejekwe@nih.gov by March 23, 2025, as this opportunity is being conducted under simplified acquisition procedures, allowing for a sole source award.
    Synopsis of Proposed Contract Action
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole-source contract to Certified Technical Experts, Inc. for the development, enhancement, maintenance, and interoperability of medical coding systems. This procurement is critical as it ensures the effective management and application of medical coding, which is essential for healthcare data processing and interoperability. Interested parties are invited to respond within 15 days of the notice's issuance to express their capability for competitive procurement, with quotations due by COB March 20, 2025. For further inquiries, interested vendors can contact David Santimaw at zgm2@cdc.gov or Arianna Williams at xsm2@cdc.gov.
    Intent to Sole Source PCR Molecular Testing
    Buyer not available
    The Department of Veterans Affairs intends to award a sole source contract for PCR molecular testing supplies, specifically to Cepheid, which includes reagents and maintenance services for VA-owned GeneXpert machines. This procurement aims to ensure the availability of essential diagnostic tests that meet specific operational requirements, as Cepheid is identified as the only provider capable of fulfilling these needs based on prior market research. Interested vendors may express their interest and capabilities to provide comparable services, although this notice does not constitute a request for proposals, and no inquiries will be accepted. Responses must be submitted via email to the contracting officer, Aleta Jennette, by 10:00 AM EST on March 19, 2025, with the solicitation number being 36C24225Q0433.
    Renewal Maintenance Service Agreement for Becton Dickinson (BD) Flow Cytometers
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide a Renewal Maintenance Service Agreement for Becton Dickinson (BD) flow cytometers, which are critical for the Laboratory of Immune System Biology's research on immune function and pathogen response. The agreement includes essential services such as two preventive maintenance inspections, unlimited service visits by original equipment manufacturer (OEM) technicians, and 48-hour emergency support, all adhering to Biosafety Level 2 standards. This maintenance is vital for ensuring the operational integrity of high-end flow cytometry systems used in daily experiments, thereby supporting ongoing immunology research. The period of performance for this contract is from April 1, 2024, to March 31, 2025, and interested parties can contact Linda Smith at linda.smith2@nih.gov or Kathy Song at kathy.song@nih.gov for further information.
    Notice of Intent for MiSeq and Next Seq Service Agreement
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source annual service and maintenance agreement with Illumina, Inc. for the MiSeq and NextSeq 500 sequencing machines, which are critical for ongoing research operations. The contract will ensure the operational capability of these instruments from March 25, 2025, to March 24, 2030, including comprehensive service coverage such as parts, labor, software updates, and priority onsite support. This agreement is vital for maintaining the functionality of essential research equipment, thereby supporting NIAID's mission in viral pathogenesis and evolution studies. Interested vendors must submit their capability statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by March 17, 2025, at 10:00 AM EST, and should note that this notice does not constitute a request for proposals.
    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.
    Serological Assays for the Detection and Characterization of Influenza Viruses
    Buyer not available
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is soliciting proposals for a contract to provide serological assays for the detection and characterization of influenza viruses. The primary objectives include performing hemagglutination inhibition (HAI) assays on human serum samples and developing new serology assays, with an emphasis on high-throughput testing capabilities to enhance influenza surveillance and vaccine effectiveness studies. This procurement is critical for bolstering public health response capabilities during influenza threats, ensuring compliance with government regulations and performance metrics. Interested parties should contact Jennifer Gartzke at jgartzke@cdc.gov or 404-498-0020, with the Phase I interest submission deadline extended to February 21, 2025, and the contract's base period commencing on July 21, 2025.
    Nikon Spinning Disk Lab Maintenance
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking quotations for maintenance services for specialized laboratory equipment, specifically the Nikon CSU-W1 Spinning Disk, LUNF XL, and ILAS2 TIRF Illuminator. The procurement aims to secure preventative maintenance and proprietary software updates to ensure the operational effectiveness of these critical instruments used in research. This contract is not set aside for small businesses due to the proprietary nature of the equipment, and proposals will be evaluated based on technical capability, price, and past performance, with a strong emphasis on technical factors. Interested vendors must submit their quotations by March 24, 2025, at 12:00 PM, to Kelly Robinson at Kelly.Robinson@nih.gov, referencing solicitation number 75N94025Q00051.