Notice of Intent (NOI) to Award Sole Source to Illumina, Inc. MiSeq Silver Support Maintenance Plan
ID: FD-2024-317Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    Notice of Intent (NOI) to Award Sole Source to Illumina, Inc. MiSeq Silver Support Maintenance Plan

    The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), National Seafood Inspection Laboratory (NSIL) intends to award a sole source contract to Illumina Inc. for the MiSeq Silver Support Plan. This contract is for annual preventative maintenance and emergency repair service for the existing Illumina MiSeq gene sequencer.

    The MiSeq gene sequencer is highly specialized scientific equipment used for genetic sequencing. It is essential for the National Marine Fisheries Service's requirement for base year and four option years of preventative maintenance and emergency repair service. Illumina Inc. is uniquely qualified to meet this requirement as they are the only company that offers maintenance for the MiSeq platform. They possess proprietary technology and validated parts necessary for replacement or repair on the current machine, ensuring the MiSeq Whole Genome Sequencer maintains its instrument qualifications.

    The service to be provided by Illumina Inc. includes full coverage for parts, labor, and travel, reagent replacement upon hardware failure, remote technical support, two business day on-site response, control software and hardware updates, onsite applications support, and one preventative maintenance visit.

    The Government intends to negotiate a firm fixed-price contract with Illumina Inc. This notice of intent is not a request for competitive proposals, and no solicitation package is available. However, firms that believe they can fully meet the Government's requirements may submit substantiating documentation in writing within 15 days after publication of this synopsis.

    It is the Government's belief that only Illumina Inc. has the sole capability of providing the required services for the MiSeq gene sequencer.

    Point(s) of Contact
    Files
    Title
    Posted
    Similar Opportunities
    Intent to Sole Source to Thermo Fisher Scientific for Specialized Scientific Equipment (KingFisher Apex)
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole-source contract with Thermo Fisher Scientific for the acquisition of a KingFisher Apex purification system, essential for the Genetics & Evolution Program at the Northwest Fisheries Science Center. This specialized equipment is critical for advanced genetic and genomic research aimed at conserving marine species across the Pacific Northwest, requiring unique specifications such as a 96-sample processing capacity, compatibility with existing protocols, and features to minimize cross-sample contamination. The procurement aligns with ongoing projects funded by the Inflation Reduction Act, emphasizing its importance for national conservation efforts. Interested parties may submit capability statements by September 10, 2024, to Jacob Gray at jacob.gray@noaa.gov, with the subject line "143041-24-0232."
    Notice of Intent to Sole Source – ZEISS Celldiscoverer 7 Optical Microscope
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source contract to Carl Zeiss Microscopy, LLC for the procurement of a ZEISS Celldiscoverer 7 Optical Microscope. This advanced microscope is required to meet specific needs for high throughput automated live cell microscopy, which is critical for biomanufacturing quality control and phenotyping discovery. The system will enhance current capabilities by providing features such as water auto-immersion objectives, adaptive phase gradient contrast imaging, an adaptive lens guard, and an automated UV disinfection system, all of which are essential for maintaining contamination-free environments in laboratory settings. Interested firms that believe they can fulfill these requirements are encouraged to submit their capability statements to the primary contact, Elizabeth Maranto, at elizabeth.m.maranto.civ@us.navy.mil, within 7 days of this notice.
    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.
    Quantification Polymerase Chain Reaction Analytical Instrument
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole-source procurement with Remel, Inc., a division of Thermo Fisher Scientific, LLC, for the acquisition of a Quant Studio 5 and a SimpliAmp Thermal Cycler, which are critical for ruminant DNA testing at the National Seafood Inspection Laboratory in Pascagoula, Mississippi. The procurement is necessitated by NOAA's specific requirement for these instruments, as Remel is the sole manufacturer and distributor of the requested equipment. This advanced analytical instrumentation will support projects aimed at quantifying DNA sequences, thereby enhancing natural resource management through improved data on key species and their environmental contexts. Interested parties may submit documentation to the primary contact, Raynier Camerino, at raynier.camerino@noaa.gov within 15 days of this notice, with delivery expected within 30 days from the award date.
    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 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.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    Sequencing reagents and flow cells
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure sequencing reagents and flow cells, which are critical for RNA sequencing from various tissues collected during space missions. This procurement is part of the NASA GeneLab project, aimed at expanding the volume and utility of omics data from spaceflight experiments, and the reagents must be compatible with the Illumina NovaSeq 6000 platform to ensure effective library preparation and sequencing. The selected contractor will deliver the required reagents to the NASA Ames Research Center within 15 days post-contract award, with options for partial deliveries, emphasizing NASA's commitment to advancing biological research. Interested organizations must submit their capabilities and qualifications in writing to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on September 9, 2024, to be considered for this sole source contract with Illumina, Inc.
    Intend to Award Sole Source - Eppendorf EPmotion Automation Machine Service
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), intends to award a sole source contract for maintenance services of Eppendorf EPmotion Automation Machines to Eppendorf North America, Inc. This procurement encompasses routine maintenance, calibration, and emergency repairs, which must be performed exclusively by Eppendorf North America due to warranty stipulations requiring certified personnel to ensure compliance with National Institute of Standards and Technology (NIST) standards. The justification for this sole source award is supported by market research indicating no alternative service providers, affirming the necessity of these services for the USDA's National Veterinary Services Laboratories (NVSL). Interested parties may submit responses to Connor Tees at Stephen.Tees@usda.gov by the specified response date, although this notice does not constitute a request for competitive quotations.