Solicitation Due Soon

SERVICE AGREEMENT FOR MULTIPLE ILLUMINA DNA SEQUENCERS

Solicitation Number: RFQ-NIAID-25-2266759 Response Deadline: August 25, 2025 at 11:00 AM (1 week from now)

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-2266759 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) 2023-02 March 16, 2023. The North American Industry Classification System (NAICS) code for this procurement is 811210, Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34.0 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: # Description Catalog Qty 1 NextSeq 2000 Silver Support Plan Asset Number: VH01333 - Reinstatement 20040676 1 each 2.NextSeq 2000 Silver Support Plan Asset Number: VH01333 20040667 1 each 3 NextSeq 2000 Silver Support Plan. Asset Number: VH01721 - Reinstatement 20040676 1 each 4. NextSeq 2000 Silver Support Plan Asset Number: VH01721 20040667 1 each 5 NextSeq 2000 Silver Support Plan. Asset Number: VH00302 - Reinstatement 20040676 1 each 6 NextSeq 2000 Silver Support Plan. Asset Number: VH00302 20040667 1 each 7 NovaSeq X Plus Silver Support Plan-LH00323 - Reinstatement 20086757 1 each 8 NovaSeq X Plus Silver Support Plan-LH00323 20086752 1 each Minimum Requirements: One (1) preventative maintenance inspection per agreement year. Includes full coverage for parts, labor, and travel; Reagent replacement upon HW failures; 1 PM Unlimited Remote Technical Support 2 business day on-site response target Software (SW) and Hardware (HW) updates; on- site applications support; with option for remote monitoring. Indicate the nature of software updates/revisions during the service period. Include when they will be implemented (for example, will revisions/updates be provided and released to NIAID, during PM visits only, upon immediate release, or on another schedule). Must provide End User License Agreement (EULA) if applicable. OEM parts and service required. Documentation of OEM trained technicians required. Must be certified in Illumina NovaSeq X and NextSeq 2000 systems. Note*: The previous maintenance service from July 5, 2024 to July 4, 2025 has lapsed. The new period of performance shall be August 28, 2025 to August 27, 2026. Any quote should include a reinstatement fee to cover the gap in service. 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 your quote. Place of Performance: NIH, 9000 Rockville Pike, BLDG 40, Vaccine Research Center, 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 (MAR 2023) FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025) 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) 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 (MAR 2023) FAR 52-212.5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) *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 (December 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 August 25, 2025 Offers may be e-mailed to Linda.Smith2@nih.gov. Offers shall include RFQ number in the subject line (RFQ-NIAID-25-2266759). 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 Linda.Smith2@nih.gov.

Award Information

Not yet awarded

Notice Timeline

Solicitation

Aug 14, 2025

Place of Performance
Maryland 20852
USA

Contacts

primary
Linda Smith

linda.smith2@nih.gov

secondary
Skye Duffner

skye.duffner@nih.gov

4068026092

Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
NATIONAL INSTITUTES OF HEALTH
NATIONAL INSTITUTES OF HEALTH NIAID
Classifications
NAICS: 811210
PSC: J066
Set Aside: N/A
Dates
Posted (1 day ago)
Aug 14, 2025
Last Updated (3 hours ago)
Aug 15, 2025
Due (1 week from now)
Aug 25, 2025 11:00 AM