Maintenance Service for NanoString GeoMx System Model GeoMx DSP - Serial number 2110G0326
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: May 19, 2023 03:13 pm EDT
- Original Date Offers Due: May 31, 2023 12:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Jun 15, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: USA
Description
The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research, Laboratory of Pathology (LP) has a need to procure all labor, material, and equipment necessary to maintain and provide preventive maintenance for the government owned NanoString GeoMx System.
This is a Combined Synopsis/Solicitation for commercial items, prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13– Simplified Acquisition Procedures. This announcement constitutes the only solicitation that will be provided in relation to the stated need contained herein. This solicitation is issued as a Request for Quote (RFQ) and includes applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2023-02 (3/16/2023).
The requirement’s North American Industry Classification System (NAICS) code is 811210 – Electronic and Precision Equipment Repair and Maintenance with a size standard of $34 million.
One Firm-Fixed-Priced award is anticipated to be made as a result of this solicitation.
BACKGROUND
The Laboratory of Pathology (LP) at the National Cancer Institute (NCI) utilizes GeoMx Digital Spatial Profiler (DSP) to obtain morphological context in spatial transcriptomics and spatial proteomics experiments from single slides.
LP utilizes a DSP to obtain morphological context in spatial transcriptomics and spatial proteomics experiments from single slides. Assays conducted on this system enable the quantitative, spatial analysis of 96+ proteins from a single slide, from both preserved (FFPE) and fresh frozen biospecimens. This capability vastly expands the number of markers LP can profile from a single tissue section compared to traditional immunohistochemical methods.
TYPE OF ORDER
This shall be issued as a Firm Fixed-Price Purchase Order.
SPECIAL ORDER REQUIREMENTS
PREVENTATIVE MAINTENANCE
The Contractor shall perform one (1) planned preventive maintenances during each period of performance. Technically qualified factory-trained personnel shall perform service. Service shall consist of a thorough cleaning, calibration, adjusting, inspection and testing of all equipment in accordance with the 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.
EMERGENCY SERVICE
On-site, emergency repair service visit shall be provided during the term of this contract at no additional cost to the Government. Emergency service shall be provided during normal working hours, Monday through Friday excluding Federal Holidays. Upon receipt of notice that any part of the equipment is not functioning properly, the Contractor shall provide an initial response within one (1) hour, an appointment for an on-site response within two (2) business days or earlier by a qualified factory-trained service representative to inspect the system and perform all repairs and adjustments necessary to restore the system to normal and efficient operating condition. Emergency service calls shall not replace the necessity for planned preventative maintenance. All labor and travel will be included.
REPLACEMENT PARTS
The Contractor shall furnish all required replacement parts at no additional cost to the Government, with the exception of consumables. All parts shall meet original equipment manufacturer (OEM) specifications. Upon identification of required parts, they shall be delivered within 24 hours, or the following business day should the request fall on a Friday, or preceding a Federal Holiday. If parts will take longer than 24 hours to be delivered for any reason, the Contractor must provide the TPOC with a notification stating the reason and estimated delivery timeframe immediately upon identification of delivery delay.
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. Software service shall include all upgrades and updates, installing the most recent version, as well as emergency maintenance, such as re-configuration and re-installation. Defective software shall be replaced at no additional cost to the Government.
The Contractor shall provide unlimited remote technical and application support over the phone and email, as well as via remote access network during normal working hours, Monday through Friday from 9 AM to 6 PM, EST, excluding Federal holidays.
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.
PERIOD OF PERFORMANCE
The base period of performance shall be for twelve (12) months, with four (4) twelve (12) month option periods.
Base Period: August 1, 2023 to July 30, 2024
Option Period One: August 1, 2024 to July 30, 2025
Option Period Two: August 1, 2025 to July 30, 2026
Option Period Three: August 1, 2026 to July 30, 2027
Option Period Four: August 1, 2027 to July 30, 2028
PERSONNEL QUALIFICATIONS
Technically qualified factory-trained field service engineers shall perform service to the NanoString GeoMx Digital Spatial Profiler in Bld 10/4A30 as covered by this contract. Engineers should be highly skilled and experienced, and familiar with all aspects of this instrument, including the mechanical side, optics, and fluidics. 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.
PLACE OF PERFORMANCE
Onsite services shall be performed at the following location:
NIH - NCI CCR
Bethesda
Maryland 20892
Attachments/Links
Contact Information
Primary Point of Contact
- David Romley
- David.Romley@nih.gov
- Phone Number 2402767822