Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2018 FBO #5941
SOLICITATION NOTICE

J -- Illumina Maintenance Services

Notice Date
2/26/2018
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CO82535-95
 
Archive Date
3/24/2018
 
Point of Contact
Ricky J. Watson, Phone: 2402766594
 
E-Mail Address
ricky.watson@nih.gov
(ricky.watson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI) Genetics Branch plans to procure on a sole source basis Maintenance service for the following Government-owned Illumina instruments: (1) Freedom EVO LiHA and (1) NextSeq 500 from Illumina Inc; 9885 Towne Centre Drive, San Diego CA 92121. The response close date of the 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 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 business size standard is $20.5M. The period of performance shall be March 20, 2018 through March 19, 2019. The anticipated award shall be firm fixed price. It has been determined there are no opportunities to acquire green products or services for this procurement. The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for the following Government-owned instruments: Serial Number Qty Description 1608006710 1 Freedom EVO LiHa NB501402 1 NextSeq 500 All maintenance services shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices. The Contractor shall provide software service in accordance with the manufacturer's latest established service procedures, to include remote access (email and telephone) and software technical support at no additional cost to the Government. Service shall be provided during normal working hours (8am to 5pm), Monday through Friday excluding Federal Holidays. All service calls and travel time, labor, and any necessary approved parts shall be included at no additional cost to the Government. The Contractor shall provide maintenance services that meet the following requirements: PREVENTIVE MAINTENANCE: The Contractor shall perform one (1) planned preventive maintenance inspection (PMI) during the contract period on the Freedom EVO LiHa and NextSeq 500 Systems per the table below. The PMIs shall only be conducted by technically qualified field service engineer. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with the manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of each preventive maintenance inspection to assure optimum and efficient performance. The Contractor shall provide one (1) planned preventative maintenance inspection (PMI) on the following Government-owned Illumina Systems: Serial Number Qty Description 1608006710 1 Freedom EVO LiHa NB501402 1 NextSeq 500 EMERGENCY SERVICE: Unlimited on-site emergency repair service visits shall be provided to the Government during the term of this purchase order at no additional cost the Government. Emergency service shall be provided during normal working hours, Monday through Friday (8 am-5pm EST) excluding Federal Holidays. Emergency service shall not replace the necessity for the scheduled PMI. Upon receipt of notice that any part of the equipment is not functioning, the Contractor shall furnish a technically qualified field service engineer to inspect the equipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. ON-SITE RESPONSE TIME Serial Number Qty Description On-site Response Time 1608006710 1 Freedom EVO LiHa 2 Business days NB501402 1 NextSeq 500 3 Business days TECHNICAL SUPPORT: The Contractor shall provide unlimited remote technical support via phone or email, Monday through Friday 8:00 AM - Friday 5:00 PM EST) excluding Federal holidays. The Contractor shall provide on-site troubleshooting in accordance with the manufacturer's latest established service procedures. These services shall only be provided by technically qualified field service 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. The Contractor shall provide software service 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 perform timely installation of all OEM software revisions and OEM component revisions, as well as re-installation of existing software and operating systems as required to repair instrumentation according to OEM standards at no additional cost to the Government. These services shall only be provided by technically qualified field service engineers. PERSONNEL QUALIFICATIONS: Personnel shall be technically qualified field service engineers with access to OEM, training, and experience in the servicing of the instrument and software covered by this purchase order. All primary service personnel shall have at least one backup technically qualified field service engineer with at least the same level of training and experience on the equipment covered by this purchase order. 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. Illumina Inc is the only known provider of the services required. The maintenance of Illumina products is proprietary to Illumina, Inc. This notice is not a request for competitive quotation. However, if any interested party, especially small business believes it can meet the above requirement, 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. Responses must be received in the contracting office by 11:00 AM EST, on March 9, 2018. All responses and questions must be via email to Ricky Watson, Contract Specialist at ricky.watson@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. In order to receive an award, contractors must be registered and have valid certification through SAM.GOV and have Representations and Certifications filled out. Reference: N02CO82535-95 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO82535-95/listing.html)
 
Record
SN04835545-W 20180228/180226231852-157628a28444e4f82f281df580b30010 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.