The US FDA, Human Foods Program (HFP) requires a preventive maintenance and unlimited repair silver support service agreement for three Illumina NextSeq **** instruments. The agreement will cover a base period plus four option years. The period of performance for the base period varies for each instrument to accommodate existing contract dates, but all instruments will align to the same maintenance schedule thereafter. The service includes scheduled onsite preventive maintenance visits, unlimited onsite corrective maintenance repairs within 3 business days of a service call, and priority response within 24 hours. All repairs and maintenance must use certified original equipment manufacturer (OEM) parts and be performed by OEM-certified technicians. The contract also includes access to OEM technical developments, software, and firmware updates. Pricing must be inclusive of labor, travel, and replacement parts. Service records and reports are required upon completion of preventive maintenance. The place of performance is at two FDA locations in Laurel, MD, and College Park, MD. Offerors are afforded the opportunity to inspect the existing instruments and site at their own expense prior to the quote due date. Technical capability, past performance, and price are evaluation factors, with technical capability and past performance being collectively more important than price. Offerors must submit sufficient technical information to demonstrate compliance with requirements. Past performance information should clearly demonstrate recent and relevant experience. The offeror's quote must hold prices firm through September 30, 2026. The contract incorporates various FAR and HHSAR clauses, including those related to commercial items, system for award management, trade agreements, and electronic and information technology accessibility (Section 508). Offerors must submit electronic documents without the use of macros. Payment terms are net 30 days after government acceptance of a proper invoice, submitted electronically through the Invoice Processing Platform (IPP). Advance payments will not be made. Invoices must include supporting documentation for time and materials, labor hours, and cost reimbursement line items. An invoice log addendum is required for contract administration. The contracting officer is Suzanne Martella. Quotes are due by email only to suzanne. martella@fda. hhs. gov.
The bid notice does not explicitly state a single, overall delivery deadline for the services. However, it specifies that corrective maintenance repairs must be performed within 3 business days of a call for service, with a priority response time of 24 hours after the initial receipt of a service call. The periods of performance for the base period and option years are outlined, with the base period starting between July 21, 2026, and September 25, 2026, and extending to July 20, 2027, with option years extending to July 20, 2031.
The bid notice states that payment terms are net 30 days after government acceptance of a proper invoice, which shall only be submitted after services have been performed. Advance payments will not be made. Invoices must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform (IPP).
The bid notice does not explicitly mention a warranty period for the services provided. However, it details requirements for preventive maintenance and unlimited repair services, implying ongoing support.
The bid notice states that the evaluation factors are technical capability, past performance, and price. Technical capability and past performance, when combined, are relatively equal in value and collectively more important than price in determining the best value to the government, although price remains a significant consideration.
To be considered technically acceptable and capable, vendors must demonstrate that their proposed technical solution meets or exceeds the stated requirements. This includes having the technical understanding, skill, resources, and training to perform repairs and preventive maintenance. If not the OEM, vendors must provide demonstrated and verifiable prior experience servicing the same or similar equipment, including qualifications of field service engineers/technicians, a verifiable established supply chain with the OEM, and reachback technical support.
The bid notice does not explicitly detail specific penalties for non-performance or late delivery. However, it does mention that if services are rejected for failure to conform to technical requirements, the contractor shall not be paid, or shall be paid an amount negotiated by the Contracting Officer.
Offerors are afforded the opportunity to inspect the existing instruments and site, at their own expense, prior to the date set for receipt of quotes by contacting the contract specialist/contracting officer to schedule an appointment. This indicates that a site visit is optional.
The bid notice does not require the submission of samples.
The bid notice does not specify a deadline for challenging the bid or its terms.