Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2022 SAM #7408
SOURCES SOUGHT

J -- SOURCES SOUGHT: Maintenance and Repair Service for Illumina Laboratory Equipment

Notice Date
3/11/2022 10:05:00 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00146
 
Response Due
3/25/2022 8:00:00 AM
 
Point of Contact
Hashim Dasti, Phone: 3014434577, Karen Mahon, Phone: 3014357479
 
E-Mail Address
hashim.dasti@nih.gov, karen.mahon@nih.gov
(hashim.dasti@nih.gov, karen.mahon@nih.gov)
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Background:� The National Institute on Aging owns a NextSeq 2000 Sequencer manufactured by Illumina. This equipment is used by the NIA Laboratory of Genetics and Genomics Core facility and requires maintenance to ensure continued full function and continuity of NIA research data. The DRAGEN software is used to automate base calling and alignment in NextSeq 2000 sequencer. Purpose and Objectives: The purpose of this requirement is to procure maintenance support services for Illumina-manufactured laboratory equipment owned and operated by the National Institute on Aging. The contractor shall provide all resources necessary to accomplish the tasks and deliverables described below. Project requirements: The Contractor shall provide the Government with maintenance and repair support for the following instruments: NextSeq 2000 Sequencer Maintenance and repair support shall include: �-�Full coverage for parts, labor, and travel �- Remote Technical Support �-�On-Site Applications Support �-�SW and HW Updates �-�Remote Monitoring NextSeq 1000/2000 on-instrument DRAGEN license (1 YR) Software license for users to run on-Instrument Dragen pipelines Period of Performance: 04/16/2022 � 04/15/2023 LEVEL OF EFFORT: Vendor staff will provide reporting transfer thru email. GOVERNMENT RESPONSIBILITIES When the Contractor is on-site for maintenance and repair support provision, the Government will provide workspace and access to the equipment needing support. DELIVERY OR DELIVERABLES The Contractor shall provide a service report to the Government upon completion of each service performance. REPORTING REQUIREMENTS The vendor is to provide reports which detail all maintenance and repair work performed for each instrument during the reporting period OTHER CONSIDERATIONS Travel: No travel reimbursement is authorized for this requirement. Key Personnel: Contractor will provide a dedicated project manager to the government as a contact point for the services. Maintenance must be performed by Illumina-certified technicians only. Section 508�Electronic and Information Technology Standards: The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. � 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998.� Capability statement /information sought. The intent of this sources sought notice is to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that is intended to be posted soon. Interested contractors are requested to respond by (1) identifying how their proposed product meets or exceeds the project requirements listed above; and (2) providing product literature, white papers, or capability statements that demonstrate their bona fide ability to supply such an item within the time frame described above. In addition, please state your business size status and whether you are the manufacturer or authorized distributor of the item you propose. Please note that NIA is particularly interested in small business sources. If you are a small business, please state the type of small business (small business; HUBZone; service-disabled, veteran-owned; 8(a); veteran-owned; woman-owned; or small disadvantaged businesses) and your size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Hashim Dasti, Contract Specialist, at e-mail address hashim.dasti@nih.gov. The response must be received on or before March 25, 2022 at 11AM Eastern Time. Disclaimer and Important Notes:� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9a4d6fafef4f44de81b406fdbf7b72d2/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06265161-F 20220313/220311230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.