Illumina MiSeq i100 System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Food and Drug Administration (FDA) is seeking to acquire one Illumina MiSeq i100 Whole Genome Sequencing System for its Irvine Medical Products Laboratory (IRVLMP). This is a sole-source procurement under FAR Part 12 and FAR 13.106-1(b)(1), as the Illumina MiSeq i100 System is deemed uniquely capable of meeting the Government's minimum requirements for compatibility with existing validated laboratory workflows, consumables, sequencing methods, software environments, and operational procedures. The requirement includes the system, associated components, software, delivery, installation, training, and a minimum one-year manufacturer warranty. Quotations are due May 22, 2026, at 2:30 PM ET.
Scope of Work
The objective is to procure a Whole Genome Sequencing instrument to support the sequencing of microorganisms from regulatory pharmaceutical samples. The system must meet specific salient characteristics, including:
- Sequencing-by-synthesis next-generation technology.
- Support for single-read and paired-end libraries.
- Output range up to 25 Gigabases with up to 50 million paired-end reads per run.
- Maximum read length of at least 2 x 300 base pairs, with ≥85% of bases achieving Q30 at 2 x 300bp.
- RFID or equivalent consumable tracking and reagents stored at room temperature.
- Includes onboard data collection, sequence alignment software, monitor, and control computer.
- Benchtop system not exceeding 16" x 18" x 26" (W×D×H). All equipment must be new, not used or refurbished.
Contract & Timeline
- Contract Type: Request for Quotation (RFQ), intended as a Firm-Fixed-Price purchase order.
- Delivery: Within sixty (60) days after award to FDA / IRVLMP, 19701 Fairchild, Irvine, CA 92612.
- Warranty: Minimum one (1) year manufacturer's warranty, beginning upon final Government acceptance.
- Set-Aside: This acquisition is not set-aside for small business concerns.
- NAICS Code: 334516 – Analytical Laboratory Instrument Manufacturing (Small Business Size Standard: 1,000 employees).
- Quotations Due: May 22, 2026, 2:30 PM ET.
- Published Date: May 15, 2026.
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Technical acceptability will be determined on a pass/fail basis against the salient characteristics and minimum requirements detailed in the Statement of Work. Prices must be held firm for 60 calendar days from the quotation due date. Quotations must be submitted via email to the Contracting Officer.
Additional Notes
Market research, including a Sources Sought Notice, confirmed that no other vendor could meet the requirements without significant modification to existing validated workflows. The Government will determine price reasonableness and will continue to monitor the marketplace for future competitive sources. Training for up to three (3) end-users is required upon installation.