Sources Sought Due Soon

J--MAINTENANCE AGR FOR GENETICS SEQUENCER

Solicitation Number: 140G0225Q0121 Response Deadline: August 19, 2025 at 2:30 PM (4 days from now)

Description

Illumina Silver Support Plan maintenance services on a MiSeq Parallel Sequencer (M06141) THIS IS A SOURCES SOUGHT NOTICE ONLY FOR MARKET RESEARCH PURPOSES. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTATIONS (RFQ) OR INVITATION FOR BID (IFB). NO FORMAL SOLICITATION IS BEING REQUESTED UNDER THIS NOTICE. This Sources Sought Notice is for market research purposes to identify parties having an interest in and resources to support this requirement. The U.S. Geological Survey (USGS), Great Lakes Science Center (GLSC), Ann Arbor, MI has a requirement for Illumina Silver Support Plan maintenance services on a MiSeq Parallel Sequencer (M06141), manufactured by Illumina. The result of this market research will contribute to determining the method of procurement. The Government will review the information requested in this announcement based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition. The North American Industry Classification System (NAICS) code is 811210 (Electronic and Precision Equipment Repair and Maintenance) and the size standard is $34.0 Million The following is a brief description of services that are required to be performed but not limited to: 1.0 Introduction: The U.S. Geological Survey (USGS), Great Lakes Science Center (GLSC), Ann Arbor, MI has a requirement for Illumina Silver Support Plan maintenance services on a MiSeq Parallel Sequencer (M06141), manufactured by Illumina. 2.0 Background: The USGS, GLSC conducts genetics research on fish and wildlife for Department of the Interior bureaus and other Federal and State agencies. The research includes the study of microbial communities of native and invasive wetland species, genetic identification of fishes native to the Great Lakes, and development of genomic tools for native prey-fish restoration. 3.0 Scope: The MiSeq Parallel Sequencer consists of a flow cell holder, fluorescent imaging system, and a dedicated computer system for the analysis of DNA samples. The patents and unique qualities of this equipment require specialized services and maintenance that can only be provided by entities licensed by the manufacturer (Illumina, Inc.). The Contractor shall provide all materials, supervision, labor, tools, equipment, and travel necessary to complete maintenance services. Maintenance services shall be performed at the Great Lakes Science Center, 1451 Green Rd. Ann Arbor, Michigan. Normal duty hours are Monday through Friday, 9:00 a.m. to 5:30 p.m. The Contractor shall be responsible for the MiSeq and any software and hardware associated with it. The Contractor shall provide all labor, parts, tools, and test equipment required to perform this contract. The Contractor shall be responsible for all travel costs to and from the work site and will provide the necessary protective equipment. The Contractor shall respond and provide a technician on site to diagnose any failure of the MiSeq within 2 business days of the initial call and will be responsible for restoring the system to normal operation as soon as possible. Routine and preventative services shall be scheduled in advance with the Technical Liaison. The Contractor shall provide phone access to a Technical Assistance Center which includes phone number(s), and e-mail access to Remote Technical Support Agents who have knowledge of the MiSeq during business hours Monday through Friday. 4.0 Technical Requirements: 1) Annual Performance Maintenance visit: A Preventative Maintenance is a proactive check on the instrument to examine the subsystems and to prevent future maintenance and to that ensure that it is functioning in compliance with Illuminas standards. All maintenance, service and repair shall be accomplished in accordance with manufacturers specifications. The Contractor shall use only factory-certified replacement parts. The Contractor shall check and perform annual preventative maintenance (PM) on the Illumina MiSeq (M06141). The annual PM will include: A review with the Technical Liaison to determine if they have any system concerns. Review system records and/or log books to make sure equipment systems are up-to-date. A thorough check of all systems, fluidics, optics, vacuum, mechanical and cooling. Top off coolant and inspect coolant lines for leaks. Proactive part replacements for high wear items, syringes, valve heads etc. Optics cleaning and replacements if necessary. Notify the Technical Liaison of any required updates and perform the updates if the Technical Liaison allows. Ensure that the MiSeqs physical location is consistent with installation guidelines. Review any issues observed during PM with the Technical Liaison. 2) Technical support: In the event of equipment failure or malfunction the Contractor shall arrive on site within 2 business days of a failure report. The Contractor shall diagnose the problem and work with the Technical Liaison to document the issue and derive a repair plan. The Contractor shall provide all parts, labor and travel for remedial repair. (End of brief description of Services) If your organization has the potential ability to meet this requirement, please provide the following information to the Contracting Officer: 1. Must be an Illumina authorized service provider. Tailored capability statements addressing the particulars of this effort, with appropriate documentation describing detailed information in providing the services described above. 2. The firm shall specify that they are either: 2.1 An Indian Small Business Economic Enterprise (ISBEE), small business, 8(a), HUBZone, SDVOSB, etc. and Or 2.2 Other than small business under the NAICS Code listed in the announcement. 2.3 The firm shall provide a point of contact name and e-mail information, and SAM.gov (Unique Entity ID (UEI), and must be registered and active in System for Award Management (SAM). All information submitted in response to this announcement is voluntary the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is NOT a Request for Proposal (RFP), Request for Quotations (RFQ) or Invitation for Bid (IFB). The Government does not intend to award a contract based on responses received under this announcement. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. In order to be responsive to this Notice, a firm shall provide the appropriate documentation for consideration by August 19, 2025 at 2:30 p.m. Mountain Daylight Time (MDT). Responses that do not comply with these procedures will not be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Inquiries will only be accepted by e-mail to Lisa Williams at ldwilliams@usgs.gov.

Files

No files available

Award Information

Not yet awarded

Notice Timeline

Sources Sought

Aug 13, 2025

Place of Performance

Contacts

primary
Williams, Lisa

ldwilliams@usgs.gov

303-236-9327

303-236-5859

Agency
INTERIOR, DEPARTMENT OF THE
US GEOLOGICAL SURVEY
OFC OF ACQUISITION GRANTS-DENVER
Classifications
NAICS: 811210
PSC: J066
Set Aside: N/A
Dates
Posted (2 days ago)
Aug 13, 2025
Last Updated (34 minutes ago)
Aug 15, 2025
Due (4 days from now)
Aug 19, 2025 2:30 PM