Preventive Maintenance and unlimited repair agreement (Silver Support or equal) for three (3) Illumina NextSeq 2000 instruments

SOL #: 75F40126Q132780Combined Synopsis/Solicitation

Overview

Buyer

Health And Human Services
Food And Drug Administration
FDA OFFICE OF ACQ GRANT SVCS
Rockville, MD, 20852, United States

Place of Performance

Place of performance not available

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 24, 2026
2
Last Updated
Mar 26, 2026
3
Submission Deadline
Apr 1, 2026, 7:30 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The U.S. Food and Drug Administration (FDA), specifically the Human Foods Program (HFP), is seeking quotes for a Preventive Maintenance and unlimited repair agreement (Silver Support or equivalent) for three (3) Illumina NextSeq 2000 instruments. This is a full and open solicitation issued as a Request for Quote (RFQ). Quotes are due by April 1, 2026, at 2:30 PM Central Time.

Scope of Work

The requirement is for comprehensive maintenance and repair services for three Illumina NextSeq 2000 instruments (S/Ns: VH00639, VH00638, VH00310). Key services include:

  • Preventive Maintenance: One scheduled on-site visit per year, including labor, travel, and OEM-certified parts/consumables.
  • Corrective Maintenance: Unlimited on-site repairs within three business days of a service call, with priority response (within 24 hours) after initial remote troubleshooting.
  • Technical Standards: Use of certified Original Equipment Manufacturer (OEM) parts, adherence to OEM specifications, and services performed by formally trained and certified technicians.
  • Support: Access to OEM technical developments, software, firmware, and hardware support, with troubleshooting based on complete instrument knowledge.
  • Inclusions: Pricing must cover labor, travel, parts, components, subassemblies, and reagents/kits if a NextSeq malfunctions during an analysis.
  • Deliverables: Contractor must provide a field service report/ticket after each PM visit.
  • Exclusions: PM/repair visits shall not be scheduled during Federal Holidays or Federal Closures.

Contract Details

  • Contract Type: Firm Fixed-Price Commercial Service.
  • Period of Performance: A base period (approximately July 21, 2026, to July 20, 2027) plus four (4) one-year option periods, extending through July 20, 2031. Base period start dates are staggered.
  • NAICS Code: 811210 - Electronic and Precision Equipment Repair and Maintenance.
  • Small Business Size Standard: $34 million.
  • Set-Aside: Full and Open (any sized business).

Submission & Evaluation

  • Response Deadline: April 1, 2026, 2:30 PM Central Time.
  • Submission Method: Quotes must be submitted via email to Suzanne Martella at suzanne.martella@fda.hhs.gov. A written solicitation will not be issued.
  • Evaluation Factors: Technical Capability and Past Performance are considered relatively equal in value and more important than Price. If non-price factors are essentially equal, Price becomes more important.
    • Technical Capability: Requires demonstration of technical understanding, skill, resources, training, and a written approach.
    • Past Performance: Requires recent (within 3 years) and relevant prior experience details.
  • Site Visit: Offerors have the opportunity to inspect instruments and site at their own expense prior to the response date.
  • Technical Data: Sufficient technical information, descriptive material, literature, and brochures must be provided.
  • Accessibility: Compliance with Section 508 accessibility standards is required, including an Accessibility Conformance Report (ACR) or HHS Section 508 Accessibility Conformance Checklist.
  • Formatting: Electronic documents must not contain macros. Offerors must certify compliance with FAR 52.222-48. Prices must be held firm through September 30, 2026.

Key Clarifications (from Q&A)

  • The awarded vendor will be responsible for Preventive Maintenance and unlimited repairs for all units throughout the Period of Performance, regardless of when coverage begins for individual units.
  • Specific Illumina reagent kits (20046813, 20075295, 20100984) are used on the machines for budgeting purposes.

Contact Information

Suzanne Martella Email: suzanne.martella@fda.hhs.gov Phone: 301-796-2383

People

Points of Contact

Suzanne MartellaPRIMARY

Files

Files

Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 24, 2026
View
Preventive Maintenance and unlimited repair agreement (Silver Support or equal) for three (3) Illumina NextSeq 2000 instruments | GovScope