Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2024 SAM #8075
SOLICITATION NOTICE

J -- Illumina NextSeq 550 Next Generation Sequencer Preventative Maintenance Service

Notice Date
1/4/2024 7:37:49 AM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
24-002965
 
Response Due
1/14/2024 9:00:00 AM
 
Archive Date
01/29/2024
 
Point of Contact
Sheri Eiri, Phone: 000000000
 
E-Mail Address
sheri.eiri@nih.gov
(sheri.eiri@nih.gov)
 
Description
Illumina NextSeq 550 Next Generation Sequencer Preventative Maintenance Service Product Service Code: J065c- MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES NAICS Code: 811210-Electronic and Precision Equipment Repair and Maintenance (Small Business Size Standards $34M Average Annual Receipts) Place of Performance: National Institutes of Health Clinical Center Bethesda, MD 20892 POTS: 24-002965 Description This is a notice of intent, not a request for a quotation. A solicitation document will not be issued, and quotations will not be requested. The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts on behalf the Center for Cellular Engineering (CCE) intends to award a firm-fixed priced contract with a twelve (12) month (one year) to Illumina on a sole source basis to provide preventative maintenance service (Silver Support Plan) Agreement for the NextSeq 550 Next Generation Sequencer. � The Center for Cellular Engineering has a bona fide need for preventative maintenance services on the NextSeq 550 Next Generation Sequencer. �Illumina is the original equipment manufacturer and the sole service provider.� The contractor will provide ongoing technical support, hardware, and software updates.� Perform service preventative maintenance services in accordance with the manufacturer's recommendations, external and internal cleaning, calibrate the instrument, perform system self-test and comprehensive functional checks.� This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13 � Simplified Acquisition Procedures, Subpart 13.106-1(b)(1), For purchases not exceeding the simplified acquisition threshold (SAT), contracting officers may solicit from one source if the contracting officer determines that the circumstance of the contract action deem only one source reasonably available.� Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. Interested parties may identify their interest and capabilities in response to this posting. The determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Comments to this announcement, referencing this posting number on the email subject line, may be submitted to the CC, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Sheri Eiri, Contract Specialist by email to sheri.eiri@nih.gov by the due date January �14, 2024, and (12:00 pm Noon EST Local Time) time marked in this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a6c3b90e7eb74394b47e2dc973980534/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06926704-F 20240106/240104230037 (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.