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
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), under the Department of Health and Human Services, 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 Firm Fixed-Price commercial service contract for the Human Foods Program (HFP). 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). Services include:

  • One (1) scheduled on-site Preventive Maintenance (PM) visit per year, covering labor, travel, and OEM-certified parts/consumables.
  • Unlimited on-site corrective maintenance/repairs with a response time of three (3) business days, and priority response (within 24 hours) after initial remote troubleshooting.
  • Use of certified Original Equipment Manufacturer (OEM) parts and adherence to OEM specifications.
  • Services performed by formally trained and certified technicians/engineers.
  • Access to OEM technical developments, software, firmware, and hardware support.
  • Pricing must be inclusive of labor, travel, parts, components, subassemblies, and reagents/kits if instrument malfunctions during analysis.
  • Contractor must provide a field service report after each PM visit.
  • Exclusions: PM/repair visits will not be scheduled during Federal Holidays or Federal Closures.

Contract & Timeline

  • Contract Type: Commercial Service - Firm Fixed-Price.
  • Period of Performance: A base period (approx. 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 competition.
  • Response Due: April 1, 2026, 2:30 PM Central Time.
  • Published: March 24, 2026.

Submission & Evaluation

  • Submission: 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: Offerors must demonstrate technical understanding, skill, resources, training, and provide a written approach.
    • Past Performance: Demonstrate recent (within 3 years) and relevant prior experience, including contract details and client contacts.
  • 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 are required.
  • Accessibility: Compliance with Section 508 accessibility standards is required; an Accessibility Conformance Report (ACR) or HHS Section 508 Accessibility Conformance Checklist must be submitted.
  • Macros: Electronic documents submitted must not contain macros.

Additional Notes

The solicitation number is 75F40126Q132780. Offerors must certify compliance with FAR 52.222-48 regarding exemption from the Service Contract Act and agree to hold prices firm through September 30, 2026.

People

Points of Contact

Suzanne MartellaPRIMARY

Files

Files

Download

Versions

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