The RFP Database
New business relationships start here

Maintenance Service Support for Government-owned Illumina NextSeq500 Equipment


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Contracting Office Address:
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E132, Bethesda, MD 20892, UNITED STATES


Description:


The Department of Health and Human Services (DHHS), National Institute of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Cancer Genetics Branch (CGB), Genomics core, plans to procure on a sole source basis maintenance services for one (1) Government-owned Illumina NextSeq500 laboratory equipment that is manufactured by Illumina, Inc., 5200 Illumina Way, San Diego, CA 92121-1975.


The response close date of this notice for this requirement is in accordance with FAR 5.203(a)(1). This acquisition will be processed under FAR Part 12 - Acquisition for Commercial Items and in accordance with simplified acquisition procedures as stated 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 business size standard is $20.5M.


This will be awarded as a firm fixed price type contract.


The period of performance shall consist of a 12-month base period, plus four 12-month option periods, as follows:


Base Period: 7/6/2017 - 7/5/2018
Option Period 1: 7/6/2018 - 7/5/2019
Option Period 2: 7/6/2019 - 7/5/2020
Option Period 3: 7/6/20 - 7/5/2021
Option Period 4: 7/6/2021- 7/5/2022


It has been determined there are no opportunities to acquire green products or services for this procurement.
The Department of Health and Human Services (DHHS), National Institute of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Cancer Genetics Branch (CGB), Genomics core requires preventative maintenance services for a government owned equipment. The CGB is providing 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 core is able to provide necessary support for the studies of DNA/promoter interactions, gene expression, methylation, single nucleotide polymorphism (SNP), deletions, insertions and genomic rearrangements.
The Contractor shall provide the following:
SCOPE: Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for one (1) government-owned Illumina NextSeq500 Personal Sequencer (SN SV-450-1003). All maintenance service shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices. Service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays. The contract shall cover service calls, travel time, labor, and any necessary approved parts.


PREVENTIVE MAINTENANCE: Contractor shall perform one (1) preventive maintenance inspections (PMI) during the contract period. Technically qualified factory-trained personnel shall perform Service.


EMERGENCY SERVICE: Unlimited emergency repair service visits shall be provided during the term of this contract to the government. Upon receipt of notice that any part of the equipment is not functioning properly the Contractor shall within seventy-two (72) hours furnish 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 scheduled PMIs.


TECHNICAL SUPPORT: The contractor shall provide unlimited technical support through email and a toll-free phone number for telephonic trouble-shooting for the instrument, applications and bioinformatics during normal working hours, except Federal holidays using certified factory-trained engineers.

REPLACEMENT PARTS: The contractor shall furnish all required OEM replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new or re-manufactured to original equipment specifications.


SOFTWARE UPDATES/SERVICE: Critical and non-critical updates shall be provided.
In the event of software updates, the Contractor shall provide Software Service in accordance with the manufacturer's latest established service procedures, to include remote access (email and telephone) to technical support for the use of program software shooting and troubleshooting of the operating system, at no additional cost to the Government. The Contractor shall receive advanced 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.


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.


PERSONNEL QUALIFICATIONS: Personnel shall have a minimum of three (3) years factory training and experience in the servicing of the instrument 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.


PLACE OF PERFORMANCE: Service shall be performed at the following location:

NIH, NCI
37 Convent Dr
Bldg 37, Rm 2135
Bethesda, MD 20892


PAYMENT: Payment shall be made quarterly in arrears. Payment authorization requires submission and approval of invoices to the COR and NIH OFM.


This equipment is manufactured by Illumina, Inc. Illumina is the only known service provider for the scientific equipment to be serviced under the contract. The equipment is highly specialized and complicated, integrating many proprietary technologies. Illumina is the only provider of service by factory trained engineers, and the only provider of OEM replacement parts. It is critical for the research community that the equipment mentioned above is calibrated accurately and maintained according to the manufacturer's specifications. 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. The software supplied with this equipment is proprietary, and updates and patches are solely available through Illumina. They have unlimited access to parts and technical support both of which are of a proprietary nature. Illumina, Inc. is the Original Equipment Manufacturer (OEM) therefore:


• Can provide OEM generated software and hardware component updates/revisions as they are released by the OEM, at no additional cost to the Government.
• Can provide immediate access to a full range of OEM replacement parts.
• Has sufficient knowledge of multiple, complex OEM-designed/installed modifications on the Cancer Genetics Branch's equipment that specifically satisfy requirement.
• Can provide toll-free telephone trouble shooting and email support that includes the latest OEM knowledge and recommendations by certified factory trained engineers.


This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow the NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 11:00AM EDT, on May 25, 2017. All responses and questions must be in writing or emailed to Ronette Collins, Contract Specialist via electronic mail at ronette.collins@nih.gov. 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. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: N02RC72568-73 on all correspondence.


 


Ronette P. Collins, Contract Specialist, Phone 2402765745, Email ronette.collins@nih.gov - Jolomi Omatete, Contract Specialist, Phone 2402766561, Email jolomi.omatete@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP