Search Contract Opportunities

NextSeq 2000 Silver Support Plan

ID: RFQ-NIAID-24-2206416 • Type: Synopsis Solicitation

Description

This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and solicitation for commercial Items, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-24-2196416 and the solicitation is issued as a Request for Quotes (RFQ).

This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02, January 22, 2024.

The North American Industry Classification System (NAICS) code for this procurement is 811210, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34 million. The requirement is being competed full and open competition, un-restricted and without a small business set-aside.

The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for a 1-year service agreement for a NextSeq 2000 S/N# VH00286 Silver Support Plan.

The Contractor must provide the following services:

  • Full coverage on OEM parts, labor, and travel
  • OEM Reagent Replacement upon HW failures
  • Preventative Maintenance (1)
  • Remote Technical Support 18x5, 2 business day on-site response target
  • Control SW and HW updates
  • Onsite Applications Support
  • Discounts on Advanced Training
  • Remote Monitoring Available

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, as well as documentation of OEM trained technicians is required.

*All service providers must provide proof from Illumina Corporation that they are an authorized service provider for all Illumina Corporation equipment.*

Place of Performance: NIH, 9000 Rockville Pike, Bldg. 10, Bethesda , MD 20892, United States. FOB: Destination

The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: technical capability to meet the requirements and price.

The following FAR provisions apply to this acquisition:

FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023)

FAR 52.204-7 System for Award Management (OCT 2018)

(Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (NOV 2015) is updated in your SAM record)

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (JAN 2017)

FAR 52.204 26 Covered Telecommunications Equipment or Services-Representation

(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26

The following FAR contract clauses apply to this acquisition:

FAR 52.212-4 Contract Terms and Conditions Commercial Items (NOV 2023)

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2023)

*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)

FAR 52.204-13 System for Award Management Maintenance (OCT 2018)

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015)

FAR 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm

By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).

Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.

Submission shall be received not later than March 11, 2024 @ 12:00 PM EST

Offers may be e-mailed to Maliaka Pinkney (E-Mail/ maliaka.pinkney@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2206416). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)

All responsible sources may submit an offer that will be considered by this Agency.

Any questions or concerns regarding this solicitation should be forwarded in writing via e- mail to Maliaka Pinkney at maliaka.pinkney@nih.gov.

Background
The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for a 1-year service agreement for a NextSeq 2000 S/N# VH00286 Silver Support Plan. The acquisition will be made in accordance with the format in Subpart 12.6 'Streamlined Procedures for Evaluation and solicitation for commercial Items,' as supplemented with additional information included in this notice. The requirement is being competed full and open competition, unrestricted and without a small business set-aside.

Work Details
The Contractor must provide the following services: Full coverage on OEM parts, labor, and travel; OEM Reagent Replacement upon HW failures; Preventative Maintenance (1); Remote Technical Support 18x5, 2 business day on-site response target; Control SW and HW updates; Onsite Applications Support; Discounts on Advanced Training; Remote Monitoring Available.
Priority scheduling and onsite response for all repairs during the period of performance. All service providers must provide proof from Illumina Corporation that they are an authorized service provider for all Illumina Corporation equipment.

Period of Performance
The contract will be performed over a period of 1 year.

Place of Performance
NIH, 9000 Rockville Pike, Bldg. 10, Bethesda, MD 20892, United States. FOB: Destination

Overview

Response Deadline
March 11, 2024, 12:00 p.m. EDT Past Due
Posted
Feb. 28, 2024, 4:20 p.m. EST
Set Aside
None
Place of Performance
Bethesda, MD 20892 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
On 2/28/24 National Institutes of Health issued Synopsis Solicitation RFQ-NIAID-24-2206416 for NextSeq 2000 Silver Support Plan due 3/11/24. The opportunity was issued full & open with NAICS 811210 and PSC J066.
Primary Contact
Name
Maliaka Pinkney   Profile
Phone
(240) 669-5308

Secondary Contact

Name
Jesse D Weidow   Profile
Phone
(406) 375-9783

Documents

Posted documents for Synopsis Solicitation RFQ-NIAID-24-2206416

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation RFQ-NIAID-24-2206416

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation RFQ-NIAID-24-2206416

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation RFQ-NIAID-24-2206416

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NATIONAL INSTITUTES OF HEALTH NIAID
FPDS Organization Code
7529-00310
Source Organization Code
100188096
Last Updated
March 26, 2024
Last Updated By
maliaka.pinkney@nih.gov
Archive Date
March 26, 2024