Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
MODIFICATION

J -- Renewal of Service Contract for Maintenance Agreement for NextSeq® 550, Serial number: SV-451-1003.

Notice Date
12/13/2017
 
Notice Type
Modification/Amendment
 
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
N02RC82509-61
 
Archive Date
1/3/2018
 
Point of Contact
KATHY D. ELLIOTT, Phone: 240-276-5570, Reyes Rodriguez, Phone: 240-276-5442
 
E-Mail Address
ELLIOTTK@MAIL.NIH.GOV, reyes.rodriguez@nih.gov
(ELLIOTTK@MAIL.NIH.GOV, reyes.rodriguez@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of the modification is to update the Option Periods of the Period of Performance. Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E126, 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), Surgery Branch (SB), plans to procure on a sole source basis maintenance services for one (1) Government-owned Illumina NextSeq® 550 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 $20.5 Million. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The period of performance shall consist of a twelve (12) months base period, plus four (4) twelve-month (12) option periods as follows: Base Period: January 1, 2018 through December 31, 2018 Option Period 1: January 1, 2019 through December 31, 2019 Option Period 2: January 1, 2020 through December 31, 2020 Option Period 3: January 1, 2021 through December 31, 2021 Option Period 4: January 1, 2022 through December 31, 2022 It has been determined there are no opportunities to acquire green products or services for this procurement. The Surgery Branch (SB), of the National Cancer Institute (NCI) requires preventative maintenance services for a government-owned equipment. The data generated on SB's sequencer using this machine is essential for carrying out ongoing high priority projects to identify mutated antigens recognized by patient tumor-reactive T cells. The NextSeqTM 550 Sequencing System is the only desktop next-generation sequencing (NGS) system capable of sequencing a 30x human genome in a single run. Its simple workflow and quick run times enable the fastest desktop sequencing of exomes, transcriptomes, and whole genomes. Applying the NextSeqTM 550 Sequencing System will enable the NCI to determine malignant mechanisms in lymphoma and allow us to fulfill our mission in developing novel treatments for these diseases. The Contractor shall provide the following: 1.0 SCOPE The Contractor shall provide all labor, material and equipment necessary to maintain and provide preventive maintenance for the Illumina NextSeq 550 desktop sequencers. All maintenance services shall be performed in accordance with the manufacturer's standard commercial maintenance practices. The sequencers have to be maintained and at optimal working order. All maintenance services shall be performed on-site in accordance with the manufacturer's standard commercial maintenance practices. 2.0 TYPE OF ORDER This is a firm fixed-price purchase order. 3.0 SPECIAL ORDER REQUIREMENTS 3.1 PREVENTIVE MAINTENANCE The Contractor shall perform not less than one (1) preventive maintenance inspective during the contract period. Service shall be performed by a factory-trained Field Service representative. Service shall consist of a thorough cleaning, calibration, adjusting, inspection, and testing of all equipment in accordance with manufacturer's latest established service procedures. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of the preventive maintenance inspection to assure optimum and efficient performance. 3.2 EMERGENCY SERVICE Emergency repair services shall be provided on an unlimited basis during the term of this contract at no additional cost to the government. Unlimited on-site service support shall be provided by the Contractor's Field Service Representative Monday through Friday (excluding federal holidays). All requests for repair will be dispatched with a 72-hour guaranteed response for the NextSeq 550. Unlimited telephone support for the equipment shall be provided by the Contractor (Monday-Friday, 7AM-5 PM PT). Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall 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. 3.3 REPLACEMENT PARTS The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. Parts shall be new to original equipment specifications. Parts will be delivered the earliest next day. 3.4 SOFTWARE UPDATES/SERVICE The Contractor shall provide Software Service and updates 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 provide unlimited clinical technical telephone support (24hrs/day, 7 days/week) for trouble-shooting for the equipment and clinical application support (M-F 8am- 9pm), excluding Federal holidays. 3.5 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. 3.6 PERSONNEL QUALIFICATIONS Technically qualified factory-trained personnel shall perform service to the Illumina NextSeq 550 in, 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. 4.0 PLACE OF PERFORMANCE Service shall be performed at the following location: NIH, NCI 10 Center Drive Bethesda, MD 20892 5.0 PAYMENT Payment shall be made quarterly in arrears. Payment authorization requires submission and approval of invoices to the COR and NIH OFM. The Illumina, Inc. is the only known source of the NextSeq 550 service. In order to assure that the NCI Surgery Branch equipment is available and in good working conditions at all times, the NCI must secure a follow-on maintenance support plan for this equipment with Illumina Inc. Due to the nature and complexity of this equipment, the original manufacturer is the only Contractor qualified to provide: original replacement parts, product corrective actions, and telephone technical and troubleshooting assistance. No other repair service Contractor has access to the proprietary parts that Illumina uses on its equipment, or the ability to respond to a service call within 24- 48 hours. This is not a solicitation for competitive quotations. However, if any interested parties, especially small businesses, believe they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. A copy of the capability statement must be received in the NCI Office of Acquisition on or before 5:45 PM EST on December 19, 2017. All questions must be in writing and can be faxed (240) 276-5401 or emailed to Kathy Elliott, Contract Specialist at Elliottk@mail.nih.gov. A determination by the Government not to compete this proposed contract 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 have valid registration and certification on Sam.gov, www.sam.gov. No collect calls will be accepted. Please reference solicitation number N02RC82509-61 on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC82509-61/listing.html)
 
Place of Performance
Address: 10 Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04765275-W 20171215/171213230901-6564cc322f289f79127bf76376fba7c3 (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  © 1994-2020, Loren Data Corp.