SOLICITATION NOTICE
J -- Preventive maintenance for the Government Owned Illumina � NextSeq 2000, Serial number: VH00760, Desktop sequencer.
- Notice Date
- 5/1/2023 2:58:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- NIH NCI Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N91023Q00062
- Response Due
- 5/8/2023 9:00:00 AM
- Archive Date
- 05/23/2023
- Point of Contact
- David Romley, Phone: 2402767822
- E-Mail Address
-
David.Romley@nih.gov
(David.Romley@nih.gov)
- Description
- The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research, Surgery Branch has a need to procure all labor, material, and equipment necessary to maintain and provide preventive maintenance for the government owned Illumina � NextSeq 2000, Serial number: VH00760, desktop sequencer. This is a Combined Synopsis/Solicitation for commercial items, prepared in accordance with the format in�Federal Acquisition Regulation (FAR) subpart�12.6, as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13� Simplified Acquisition Procedures. This announcement constitutes the only solicitation that will be provided in relation to the stated need contained herein. This solicitation is issued as a Request for Quote (RFQ) and includes applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2023-02 (3/16/2023). The requirement�s North American Industry Classification System (NAICS) code is 811210 � Electronic and Precision Equipment Repair and Maintenance with a size standard of $34 million. One Firm-Fixed-Priced award is anticipated to be made as a result of this solicitation.�� BACKGROUND The National Cancer Institute, (NCI), Center for Cancer Research, CCR Surgery Branch continuously develops new experimental cancer therapies and enrolls patients into phase I and phase II clinical studies. A vast majority of these trials involve genetic modifications and gene transfer, during which white blood cells from participants are being collected, investigated for mutated antigens, cultivated, genetically modified, and reapplied to the patients. The data generated from a NextSeq 2000, Serial number: VH00760, desktop sequencer is essential for carrying out ongoing high priority projects to identify mutated antigens recognized by patient tumor-reactive cells and to validate the success of the genetic modifications by next-generation sequencing. The NextSeq 2000 instrument is crucial to identify mutated antigens and to validate the success of the genetic modifications by next-generation sequencing. The sequencer has to be maintained in an optimal working order. 2.0������ TYPE OF ORDER This shall be issued as a Firm Fixed-Price Purchase Order. ������SPECIAL ORDER REQUIREMENTS 3.1������������������ PREVENTIVE MAINTENANCE The Contractor shall perform one (1) preventive maintenances during the contract period. Service shall be performed by qualified factory trained field service representatives. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of the equipment in accordance with manufacturer�s latest established service procedures. The equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. 3.2������������������� EMERGENCY SERVICE On-site, emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the government. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall provide remote technical support eighteen (18) hours a day Monday through Friday with a two (2) day on-site response time by a qualified factory-trained 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 planned preventative maintenance.� All labor and travel shall be included. 3.3������������������� 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 new to original equipment specifications. Parts will be delivered the earliest next business day. ������������������SOFTWARE UPDATES/SERVICE The Contractor shall provide Software Service and updates in accordance with the manufacturer�s latest established service procedures, to include telephone access to technical support for use of program software and troubleshooting of the operating systems, at no additional cost to the Government. �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. The Contractor shall provide unlimited clinical technical telephone support (24hrs/day, 7 days/week) for trouble-shooting for the instrument and clinical application support (M-F 7am- 5pm), excluding Federal holidays. �����������������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 contract. ��������PERIOD OF PERFORMANCE The base period of performance shall be for twelve (12) months, followed by four (4) 12-month option periods. Base Period:��������������� June 1, 2023 to May 31, 2024 Option Period One:���� June 1, 2024 to May 31, 2025 Option Period Two:��� June 1, 2025 to May 31, 2026 Option Period Three:� June 1, 2026 to May 31, 2027 Option Period Four:��� June 1, 2027 to May 31, 2028 �����PERSONNEL QUALIFICATIONS Technically qualified factory-trained personnel shall perform service to Illumina NextSeq 2000 in RM 3W-3864, as covered by this contract.� All primary service personnel shall have at least one backup support person with at least the same level of expertise on the equipment covered by this contract.� � � � � � � � � � � � � � � � 6.0������ PLACE OF PERFORMANCE Onsite services shall be performed at the following location: NIH, NCI, SB Bethesda, MD �20892
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8f860bcfad6c4f79a87919e8783a267e/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06667179-F 20230503/230501230110 (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 |