SPECIAL NOTICE
J -- Preventive Maintenance, Emergency Service and Support for a Government-Owned Illumina NextSeq 2000 Sequencing System
- Notice Date
- 5/25/2022 11:45:33 AM
- Notice Type
- Special Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH Bethesda MD 20892 US
- ZIP Code
- 20892
- Solicitation Number
- 75N91022Q00093
- Response Due
- 6/1/2022 12:00:00 PM
- Point of Contact
- Megan Kisamore, Phone: 2402765261
- E-Mail Address
-
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
- Description
- 1.0�� �DESCRIPTION The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR) Genomics plans to procure, on a sole source basis, preventive maintenance, emergency service and support for a Government-owned Illumina NextSeq 550 Sequencer from Illumina, Inc., 5200 Illumina WAY, San Diego, California 92122-4616. The response close date of the notice for this requirement is in accordance with FAR 5.203(b). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and will be made pursuant to the authority in FAR Part 13.106-1(b)(1); and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 811219 and the small business size standard is $22.0 million. � It has been determined there are no opportunities to acquire green products or services for this procurement.� 2.0�� �BACKGROUND The U.S. Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI) Center for Cancer Research (CCR) Genomics Core provides multiple genomics services to advance cancer research. Investigating genetics and epigenetics alterations and their effects on the development and biology of cancer represents one of the most important venues of current cancer research. Using Next Generation Sequencing, the Genomics core provides necessary support for the studies of DNA/promoter interactions, gene expression, methylation, single nucleotide polymorphism (SNP), deletions, insertions and genomic rearrangements. This requirement includes continued preventive maintenance for one (1) Government-Owned Illumina NextSeq 550 Sequencer. 3.0�� �SCOPE � The Contractor shall provide all labor, material, parts and equipment necessary to provide preventive maintenance, emergency service and support as specified herein for one (1) Government-Owned Illumina NextSeq 550 Sequencer, serial number NB552201, that is used by the CCR. All maintenance services shall be performed on-site in accordance with the manufacturer�s standard commercial maintenance practices. The Contractor shall provide reagent replacement at no cost to the Government in the event of hardware failure. Service shall be provided onsite and/or remotely as specified herein. All travel, labor and related charges shall be included. Software updates and applications service shall be performed remotely if possible. Software updates and support services (technical services, remote diagnostics) shall be provided remotely as indicated in section 4 below. Onsite service and remote technical support shall be provided during normal business hours, defined as 9:00 am � 5:00 pm EST, Monday through Friday, excluding Federal Holidays found at: https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/. All services provided under this purchase order shall be performed by an authorized, OEM-trained service representative. � � � � � � � �� 4.0�� �SPECIAL ORDER REQUIREMENTS 4.1�� �PREVENTIVE MAINTENANCE � The Contractor shall perform one (1) planned preventive maintenance inspection (PMI) during each 12-month period of performance. �Service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the OEM�s most current standard commercial service procedures. �All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of each PMI to assure optimum and efficient performance. 4.2�� �EMERGENCY SERVICE Onsite emergency repair services shall be provided during each 12-month period of performance at no additional cost to the Government. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall, within four (4) hours, provide an onsite response by an OEM service representative to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for PMIs. � 4.3�� �REPLACEMENT PARTS � The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be genuine OEM parts that are new or remanufactured to OEM specifications. Parts shall be delivered and installed within 24 business hours, or on the next business day should the request fall on a Friday or a day preceding a Federal Holiday. The Contractor shall provide onsite technical support as needed when replacement parts are required. 4.4�� �SOFTWARE UPDATES� The Contractor shall provide both critical and non-critical software updates in accordance with the OEM�s latest established service procedures. The Contractor shall receive advance approval for the installation of all software updates and revisions from the Government. �Defective software shall be replaced at no additional cost to the Government. 4.5�� �TECHNICAL SUPPORT The Contractor shall provide unlimited toll-free telephone and email access to OEM-trained technical support personnel for use of software and troubleshooting the instrument, applications and bioinformatics. 4.6�� �SERVICE EXCLUSIONS The Contractor shall not be responsible for any repairs necessitated by abuse, neglect, vandalism, Acts of God, fire or water. �These repairs shall be the subject of a separate purchase order and shall not be performed under this purchase order. � �� ��� ��� ��� ��� ��� ��� � 5.0�� �TYPE OF ORDER This is a firm fixed price purchase order 6.0�� �SEVERABLE SERVICES The services acquired under this purchase order are severable services. Funds are only available for use for the line item to which they are obligated. Unused funds from one period (line item) may not rollover for use in other periods. 7.0�� �PERIOD OF PERFORMANCE The period of performance shall consist of one (1) 12-month base period, plus four (4) 12-month option periods, as follows: Base Period: July 6, 2023 to July 5, 2024� Option Pd 1: July 6, 2024 to July 5, 2025� Option Pd 2: July 6, 2025 to July 5, 2026� Option Pd 3: July 6, 2026 to July 5, 2027� Option Pd 4: July 6, 2027 to July 5, 2028� 8.0�� �PLACE OF PERFORMANCE Service shall be performed remotely, when possible, from the Contractor�s facility. In the event that onsite service is required, service shall be performed at the following location:�� ��� ��� � NIH, NCI 37 Convent Dr Bldg 37, Rm 2135 �� �� Bethesda, MD �20892 9.0�� �UNIQUE QUALIFICATIONS OF THE CONTRACTOR The Government-owned NextSeq 550 sequencer is manufactured by Illumina, Inc. The equipment is highly specialized and complicated, integrating many proprietary technologies. The instrument must be calibrated accurately and maintained according to the manufacturer�s specifications by authorized Original Equipment Manufacturer (OEM) trained service engineers.�Any deviation from the specifications could compromise countless hours of work, distort and destroy the integrity of information and/or compromise further studies and significantly delay the laboratory's throughput. Illumina, Inc. is the OEM, and the sole provider of preventive maintenance service, emergency service, proprietary software and software upgrades, genuine OEM replacement parts, and OEM-trained technical support for troubleshooting and diagnosing issues that arise during regular operation of the instrument. The required services are not authorized through any other entity.� 10.0�� �SUBMISSION INSTRUCTIONS This notice is not a request for competitive quotations. However, if any interested party believes it can meet the above requirements, it may submit a proposal or quote for the Government to consider. The response and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. �All responses must be sent via email to Contracting Officer, Megan Kisamore, at megan.kisamore@nih.gov by no later than 3:00 PM EST, on Wednesday, June 1, 2022 (6/1/22). A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, Contractors must be registered and have valid certification through SAM.gov. Reference: 75N91022Q00093 on all correspondence.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/508a0ecd427b4aae9d69d2ea43094fb3/view)
- Record
- SN06337890-F 20220527/220526100755 (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 |