DNA SEQUENCING SYSTEM MAINTENANCE SUPPORT AGREEMENTS
ID: NB645060-24-01772Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYUS

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 Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for maintenance support agreements related to the Illumina MiSeq FGx DNA Sequencing System and its associated Data Analysis Server. The procurement aims to renew a Full Service Agreement and a Standard Service Agreement with Qiagen LLC, the only authorized service provider with certified engineers and OEM parts for this equipment. This maintenance support is crucial for ensuring the operational integrity and reliability of the DNA sequencing system, which plays a significant role in various scientific and research applications. Interested parties may express their interest and capability by contacting Randy E. Schroyer via email by 5:00 PM EST on September 10, 2024, as no formal solicitation package will be issued.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Short-Read Next-Generation DNA Sequencing System
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotations for a Short-Read Next-Generation DNA Sequencing System to enhance its laboratory capabilities for rare variant discovery. The system must meet stringent requirements, including high accuracy (≥90%), compatibility with existing library formats, and the ability to detect variants down to 0.001%, along with specific physical dimensions and training for researchers. This procurement is crucial for advancing scientific research capabilities within the NIH and will be processed under Simplified Acquisition Procedures, with no set-aside for small businesses. Interested vendors should submit their quotes, including pricing and compliance with technical specifications, to Matt Lear at matt.lear@nih.gov by the specified deadline.
    Repair of a Spectro Analytical Instruments Inc. ARCOS ICP-OES instrument
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for the repair of a Spectro Analytical Instruments Inc. ARCOS ICP-OES instrument. This procurement is essential for the Chemical Sciences Division, which relies on the instrument for research and development as well as the certification of reference materials, thereby supporting national needs in chemical measurement and analysis. Spectro Analytical Instruments Inc. is the only authorized vendor for servicing this equipment, as they do not have any authorized repair partners within the continental United States. Interested parties may contact Erik Frycklund at erik.frycklund@nist.gov or Donald Graham at Donald.Graham@nist.gov for further inquiries, with responses due by September 19, 2024.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.
    Intent to Sole Source - DNA Purification System
    Active
    Agriculture, Department Of
    The Department of Agriculture's Forest Service, specifically the Pacific Northwest Research Station, intends to award a sole-source contract for the acquisition of a Thermo Scientific™ KingFisher™ Duo Prime Purification System. This specialized equipment is essential for projects focused on detecting invasive forest pathogens, which require high-quality DNA extraction from complex samples such as soil and water. The KingFisher system, utilizing advanced magnetic bead technology, allows for efficient processing of up to 96 samples simultaneously, addressing previous challenges faced with conventional DNA extractors. For further inquiries, interested parties can contact Nola Wisenor at nola.wisenor@usda.gov.
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Active
    Commerce, Department Of
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    Software License and Device Warranty for Two Nanopore GridION Instruments
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking to procure a Software License and Device Warranty for two Nanopore GridION instruments, which are critical for the FDA's Next Generation Sequencing (NGS) initiatives focused on genomic data collection and analysis. The procurement aims to ensure optimal performance of these instruments through software and hardware updates, remote troubleshooting, and a return and replace policy for faulty devices, with a total cost of $25,000 for a one-year warranty and license renewal. This acquisition underscores the FDA's commitment to enhancing pathogen identification capabilities through advanced genomic technology, with the performance period set from September 28, 2024, to September 27, 2025, and the possibility of extending for three additional years, subject to funding. Interested vendors should submit their quotes electronically to Raphael Hall at raphael.hall@fda.hhs.gov by September 19, 2024, at 11:59 PM Eastern Standard Time.
    Sequencing Supplies
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotes for Sequencing Supplies under a Total Small Business Set-Aside contract. The procurement includes essential genomic analysis tools, specifically the TruSeq DNA Nano Low Throughput Library Prep Kit, MiSeq Reagent Kit v3, and IDT for Illumina – TruSeq DNA UD Indexes v2, which are critical for efficient genomic library preparation and sequencing. These supplies are vital for research and clinical applications, ensuring high data quality and throughput in genomic studies. Interested vendors must submit their quotes electronically to Joel Maas at joel.maas@usda.gov by 5:00 PM Eastern Time on September 16, 2024, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
    Qiagen Real Time Semi-Quantitative PCR (RT-qPCR) and Digital PCR (dPCR) System or Equal
    Active
    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 Qiagen Real Time Semi-Quantitative PCR (RT-qPCR) and Digital PCR (dPCR) System or an equivalent product. The procurement aims to support research into neurodegenerative diseases and retroviral infections, requiring a system with multiplex capability for detecting five gene targets, automated operation, low variability in results, and a compact size not exceeding 16” x 28” x 20”. Proposals must be submitted by 9:00 a.m. Eastern Time on September 17, 2024, and should include a completed copy of certain FAR clauses and the Unique Entity ID. For further inquiries, interested parties can contact Frederick Weddington at frederick.weddington@nih.gov or by phone at 301-594-6835.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    J065--Bioplex Maintenance Agreement Intent to Sole Source For Louis Stokes Cleveland Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract for a maintenance agreement concerning the Bio-Rad Laboratories Bioplex system at the Louis Stokes Cleveland Medical Center. This procurement is essential for ensuring the operational integrity and reliability of the Bioplex system, which is critical for medical diagnostics and patient care. The government has determined that Bio-Rad Laboratories is the only source capable of fulfilling this requirement, and while this is a non-competitive notice, interested contractors may submit capabilities statements by the deadline of September 17, 2024, to Sara Wood, Contract Specialist, at sara.wood1@va.gov. No solicitation package will be available, and responses must demonstrate clear evidence that competition would be advantageous to the government.