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
    Service/maintenance agreement for Discover 2.0 and Liberty Blue HT12/Razor systems
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Center for Advancing Translational Sciences (NCATS), is seeking to award a non-competitive contract for a service and maintenance agreement for the Discover 2.0 and Liberty Blue HT12/Razor systems. This procurement aims to ensure the full functionality of these critical laboratory instruments, which are essential for NCATS's research in developing innovative diagnostics and therapeutics. The service agreement will include unlimited service visits, preventative maintenance, and support from OEM-trained engineers, ensuring the continuity and standardization of NCATS research efforts. Interested parties must submit their capability statements to Rhanda Lopez at rhanda.lopez@nih.gov by September 20, 2024, at 2:30 PM Eastern Standard Time, referencing solicitation number 75N95C24P00096.
    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.
    Genomics Sequencing Services for the NIAID Centralized Sequencing Program
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotations for genomics sequencing services to support its Centralized Sequencing Program (CSP). The procurement aims to acquire comprehensive clinical whole genome sequencing services, including interpretation and reporting, to enhance the understanding of infectious diseases and improve patient care, with a focus on delivering results within a four-week turnaround time. This initiative is critical for advancing clinical research and understanding the genetic basis of diseases, as the NIAID conducts numerous clinical trials annually. Interested vendors must submit their quotes by September 23, 2024, and direct any inquiries to Seth Schaffer at seth.schaffer@nih.gov or Linda Smith at linda.smith2@nih.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.
    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.
    Notice of Intent to Sole Source for Nuclear Magnetic Resonance System Maintenance & Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the maintenance and repair of Bruker Biospin Analytical Systems and Parts. This procurement is essential for ensuring the operational efficiency of the Edgewood Combat Capabilities Development Command Chemical Biological Center, which relies on these specialized systems for its analytical capabilities. The Government plans to award a Firm-Fixed Price contract to Bruker Biospin Corp, with a response deadline for interested parties set for 8:00 am EST on September 20, 2024. For inquiries, contact Julius Wood at julius.a.wood.civ@army.mil.
    BD FACS Symphony S6 Cell Sorter (Brand Name or Equal)
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking to procure one (1) BD FACSymphony S6 SE Cell Sorter System (or equal) along with a twelve-month maintenance agreement for parts and labor. This procurement is critical as the existing cell sorter is nearing the end of its life cycle, and the new system must meet specific requirements, including compatibility with FlowJo software and advanced operational safety features, to support high-containment research involving infectious samples. Interested vendors are required to submit comprehensive quotes by September 19, 2024, with evaluations focusing on technical acceptability, past performance, and price to ensure the best value for the government. For further inquiries, vendors can contact Linda Smith at linda.smith2@nih.gov or Christian Brown at christian.brown@nih.gov.
    CALIBRATION AND REPAIR MAINTENANCE AGREEMENT FOR EXISTING EQUIPMENT
    Active
    Health And Human Services, Department Of
    Special Notice: Department of Health and Human Services, National Institutes of Health intends to award a sole source contract to TSI, Inc. for a Calibration and Repair Maintenance Agreement for existing equipment. The vendor will provide calibration and repair service for approximately 130 pieces of TSI and TSI-Quest industrial hygiene and exposure monitoring equipment. This service is typically required on an annual basis and includes the replacement of consumable items, inspection and cleaning of serviceable parts, and repairs by technically qualified personnel. The vendor will also provide a detailed service report and ensure that the calibration service meets or exceeds accuracy standards traceable to the National Institutes for Standards and Technology (NIST). Interested parties must submit capability information by March 14, 2024, to establish their ability to meet this requirement. Contact Ms. Van Holley at holleyv@od.nih.gov for inquiries and submissions.