Maintenance and Repair Service for Illumina Laboratory Equipment
ID: 75N95025Q00148Type: 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 maintenance and repair services for Illumina laboratory equipment. The procurement aims to ensure the operational efficiency and reliability of critical laboratory instruments, which are essential for various biomedical research activities. The services will be performed in Baltimore, Maryland, and are categorized under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance. Interested parties can reach out to Hashim Dasti at hashim.dasti@nih.gov or call 301-402-8225 for further information regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines provisions related to telecommunications and video surveillance services in U.S. government contracts, specifically in compliance with the John S. McCain National Defense Authorization Act of 2019. It establishes representations that Offerors must make regarding whether they provide or use "covered telecommunications equipment or services," which are defined as potentially compromising national security. Key sections include definitions, prohibitive requirements against contracting with entities using certain covered equipment, and detailed procedures for Offerors to disclose any relevant information if applicable. Offerors must assess their involvement with excluded parties and respond to representations regarding both offering and utilization of covered technologies. Disclosures must include identities and descriptions of covered equipment, service codes, and use-case scenarios. This regulation ensures that government contracts remain free from security threats stemming from specific telecommunications technologies, promoting national security interests in procurement practices.
    The document outlines the "Covered Telecommunications Equipment or Services-Representation" requirement as part of federal acquisition processes. It mandates that offerors must determine whether they are supplying any prohibited telecommunications products or services by consulting the System for Award Management (SAM) to check for excluded entities. The offeror must provide a representation indicating whether they do or do not supply such equipment or services, as well as whether they utilize any systems or services that incorporate these prohibited technologies. An authorized representative must certify this information through their signature and organizational details. This provision aims to ensure compliance with federal regulations that restrict the procurement of certain telecommunications equipment, promoting security and integrity in government contracts.
    This document serves as an addendum to the Federal Acquisition Regulation (FAR) 52.212-4, outlining the terms and conditions for commercial items. It specifies the order of precedence for resolving inconsistencies within contracts, starting with the schedule of supplies/services and ending with other related documents. The addendum emphasizes the relevance of commercial supplier agreements, defining them as terms commonly offered by vendors that establish binding obligations. Key elements include the governance of these agreements under Federal law, limitations on the Government's liability, and specifics on modifications to agreement terms. It prohibits automatic renewals of licenses, restricts arbitration unless authorized, and outlines responsibilities regarding audits and taxes. The addendum ensures that terms inconsistent with its provisions are unenforceable against the Government. Overall, this document aims to clarify the contractual framework between commercial suppliers and the U.S. Government, ensuring compliance with Federal laws while protecting governmental interests in procurement processes.
    The document outlines the compliance requirements for contractors involved in federal acquisitions of commercial items, detailing specific Federal Acquisition Regulation (FAR) clauses that implement laws and executive orders. Key provisions include restrictions on subcontractor sales to the government, whistleblower protections, reporting requirements for executive compensation, and stipulations regarding small business participation. Additionally, the document emphasizes ethical standards, such as prohibitions against contracting with certain entities, mandates for accelerated payments to small business subcontractors, and protections against workplace trafficking. Contractors must also comply with clauses concerning environmental considerations, labor standards, and small business set-asides for disadvantaged groups. Overall, the document serves as a comprehensive guide for ensuring adherence to legal, ethical, and regulatory standards in federal contracting processes.
    The document outlines the Information and Communication Technology (ICT) Accessibility Notice for federal solicitations, focusing on compliance with Section 508 accessibility standards established by HHS. Offerors responding to the solicitation must adhere to these standards and provide necessary documentation, including an HHS Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report (ACR), to demonstrate conformity. The document emphasizes that if the delivered products or services do not meet accessibility standards after contract award, the contractor is responsible for remediation at their expense. Additionally, electronic content delivered must comply with HHS's accessibility criteria, with checklists provided for various formats. Offerors must disclose any inability to conform to Section 508 requirements, ensuring that all submitted materials facilitate the Government's assessment of accessibility compliance. The objective is to foster inclusivity in ICT offerings while adhering to federal regulations.
    This document outlines the Information and Communication Technology (ICT) Accessibility clause, effective February 2024, mandating compliance with Section 508 of the Rehabilitation Act of 1973. All ICT products and services related to the contract must adhere to the Revised 508 Standards, detailed in 36 C.F.R. 1194.1 and its Appendices. The contractor is responsible for ensuring conformity, including additional accessibility standards outlined in relevant contract specifications. Should any ICT not meet the standards, the contractor must address the shortcomings at their expense. In cases of contract modifications involving new ICT elements, the contractor must submit a completed HHS Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report (ACR) to verify compliance. For indefinite delivery contracts, the ordering requests will stipulate required specifications and standards, requiring similar documentation. Lastly, contractors are obligated to communicate any perceived exceptions to Section 508 requirements. This document ensures that government ICT services are accessible, aligning with federal accessibility policies in RFPs and grants.
    This document outlines the Invoice and Payment Provisions relevant to federal contracts, specifically emphasizing requirements for submitting proper invoices and the payment process as mandated by FAR 52.232-25 and other related regulations. It details that a proper invoice must include specific information such as vendor details, invoice numbers, and the Unique Entity Identifier (UEI). Notifications regarding invoice defects must occur within set timeframes, with penalties for late payments outlined under the Prompt Payment Act. Special provisions for expedited payments to small business subcontractors are also indicated. Additionally, it describes the requirement for electronic submission of payment requests via the Department of Treasury’s Invoice Processing Platform (IPP), while allowing for exceptions under certain conditions. Overall, the document serves as a guideline to ensure compliance for contractors in terms of invoicing and timely payments within federal contracts, thereby promoting efficient financial transactions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Maintenance and Repair Service for Illumina Laboratory Equipment NovaSeq 6000 Sequencer
    Buyer not available
    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.
    NICHD: Service: Service Agreement for Zeiss Microscopes
    Buyer not available
    The National Institutes of Health (NIH) is seeking a service agreement for the maintenance and repair of Zeiss microscopes, which are critical instruments used in various biomedical research applications. This procurement falls under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, specifically for laboratory instruments. The service is essential to ensure the optimal functioning of these microscopes, which play a vital role in advancing health-related research. Interested vendors can reach out to Nicole T. Freid at nicole.freid@nih.gov or call +1 301 480 6914 for further details regarding this presolicitation opportunity, which is set to take place in Bethesda, Maryland.
    Preventative Maintenance Services for Four (4) epMotion Liquid Handler Robots
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors to provide preventative maintenance services for four epMotion Liquid Handler Robots. The objective of this procurement is to ensure the optimal functioning and longevity of these specialized laboratory instruments, which are critical for various research applications within the NIH. The maintenance services will be performed in Bethesda, Maryland, and are categorized under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance. Interested parties should reach out to Dana Monroe at dana.monroe@nih.gov or call 406-375-9814 for further details regarding this presolicitation opportunity.
    J--Digital droplet PCR (QX200) Equipment Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking maintenance services for the Digital Droplet PCR (QX200) equipment. The procurement aims to ensure the reliable operation and upkeep of this critical laboratory equipment, which is essential for precise genetic analysis and research applications. The maintenance services will fall under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, and are categorized under PSC code J066 for maintenance, repair, and rebuilding of instruments and laboratory equipment. Interested vendors can reach out to Tiffany M. Kennedy at tiffany.kennedy@nih.gov for further details regarding this presolicitation opportunity.
    Service/Maintenance Agreement for the Lab2Lab pneumatic tubing system
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide a service and maintenance agreement for the Lab2Lab pneumatic tubing system. This procurement aims to ensure the reliable operation and upkeep of the pneumatic tubing system, which is crucial for efficient laboratory operations and the transportation of samples within the NIH facilities. The selected contractor will be responsible for maintenance and repair services, adhering to the standards set forth in the NAICS code 811210, which pertains to electronic and precision equipment repair and maintenance. Interested parties can reach out to Kaitlyn Landi at kaitlyn.landi@nih.gov or by phone at 301-827-1804 for further details regarding this opportunity.
    SERVICE PLAN FOR MOLECULAR DEVICES EQUIPMENT (SPECTRAMAX-L, 2 EA AND STAKMAX , 2 EA)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors to provide a service plan for two SpectraMax-L devices and two StakMax devices, essential for laboratory operations. The procurement aims to ensure the maintenance and repair of these critical molecular devices, which play a vital role in various biomedical research applications. Interested contractors must adhere to the Federal Acquisition Regulation (FAR) clauses outlined in the associated documentation, which emphasize ethical conduct, labor standards, and compliance with statutory requirements. For further inquiries, interested parties can contact Dana Monroe at dana.monroe@nih.gov or by phone at 406-375-9814.
    B--To procure JEOL1400 Equipment Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure maintenance services for the JEOL1400 equipment. This presolicitation opportunity aims to ensure the proper functioning and longevity of the equipment, which is critical for various research and analysis activities within the NIH. The maintenance services will fall under the NAICS code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance, highlighting the specialized nature of the required services. Interested vendors can reach out to Tiffany M. Kennedy at tiffany.kennedy@nih.gov for further details, although specific funding amounts and deadlines have not been disclosed in the current overview.
    Service and Maintenance for a DNA qualification instrument (Femto Pulse System)
    Buyer not available
    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.
    Service and maintenance for WOLF G2 Cell Sorter with N1 Pro attachment
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide service and maintenance for a WOLF G2 Cell Sorter with an N1 Pro attachment, crucial for cardiac RNA research. The procurement includes an initial preventative maintenance inspection and ongoing support for up to three optional years, with responsibilities encompassing repairs by factory-trained technicians and unlimited remote support. This contract is firm-fixed price, emphasizing clear cost expectations and prohibiting travel reimbursements, with all work to be performed at the Government Laboratory of Cardiovascular Science in Baltimore, Maryland. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details.
    MAINTENANCE AGREEMNT FOR ROCHE DISCOVERY ULTRA INSTRUMENTS
    Buyer not available
    The Department of Health and Human Services is seeking a contractor to provide maintenance services for Roche Discovery Ultra instruments. The procurement aims to ensure the proper functioning and reliability of these critical laboratory instruments, which are essential for various health-related research and diagnostics. The maintenance agreement will cover repair and upkeep services, adhering to industry standards for electronic and precision equipment. Interested vendors can reach out to Mildred Moss at mildred.moss@nih.gov or call 240-236-9272 for further details regarding the opportunity.