Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2025 SAM #8509
SPECIAL NOTICE

J -- Notice of Intent for MiSeq and Next Seq Service Agreement

Notice Date
3/12/2025 4:39:55 AM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NOI-NIAID-25-2253105
 
Response Due
3/17/2025 7:00:00 AM
 
Archive Date
04/01/2025
 
Point of Contact
Leah Hinson
 
E-Mail Address
leah.hinson@nih.gov
(leah.hinson@nih.gov)
 
Description
PRE-SOLICITATION NOTICE NOI-NIAID-25-2253105 NAICS � 811210 This is a Notice of Intent, NOT a request for proposal. The National Institute of Allergy and Infectious Diseases (NIAID) of the National Institutes of Health (NIH) intends to negotiate on an other than full and open competition basis with Illumina, Inc. to procure an annual service/maintenance agreement for MiSeq, Asset # M04974 and NextSeq 500, Asset# NB501780. Period of Performance: 3/25/2025�3/24/2026-Base Period 3/25/2026-3/24/2027-Option Year 1 3/25/2027-3/24/2028-Option Year 2 3/25/2028-3/24/2029-Option Year 2 3/25/2029-3/24/3030-Option Year 4 This requirement will fulfill the annual service contract needs to ensure this specific piece of Illumina equipment is operational to support the critical research in the NIAID The Viral Pathogenesis and Evolution Section of the LID without interruption. It is imperative that these instruments are operational and available for NIAID research efforts. In addition to requiring OEM parts and service, software updates and diagnostic repairs on hardware and software are necessary. The contract shall include the following MiSeq and Next Seq 500 Silver Support Plans Service: Full coverage for parts, labor, and travel; Reagent replacement upon hardware failures; 1 PM; Remote Technical Support 18x5; 2 business day on-site response target; Required software and hardware updates; On-site applications support; Discounts on advanced training; remote monitoring availability. Term: 12.00 months Billing Frequency: Quarterly Billing Type: Arrears. If submitting a capability statement, it must include evidence of being capable of providing and meeting the following requirements: Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer�s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on a capabilities statement, along with documentation of OEM trained technicians with a letter of authorization from the manufacturer. The statutory authority for this sole source requirement is 41 U.S.C. 1901 (a) (1) as implemented by FAR 13.106-1 only one responsible source and no other supply of service will satisfy agency requirements. THIS IS NOT A REQUEST FOR PROPOSAL. Submission Instructions Interested businesses who consider themselves qualified to provide the above-listed items are invited to submit a response to this Notice of Intent by March 17, 2025 at 10:00 AM EST. All responses under this Notice of Intent must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit their documentation. Instructions on how to register /submit documents are included on the website. All responses received by the closing date of this synopsis will be considered by the Government. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/863ec23ba5ea4e948afbd28cea94abab/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07369047-F 20250314/250312230039 (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.