This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00099 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-04. The North American Industry Classification (NAICS) Code is 811210 and the business size standard is $34M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with Pac Biosciences- 1305 O'Brien Drive Menlo Park, California 94025 to procure a one-year Comprehensive Service Agreement for the following:
Comprehensive Service Agreement on Sequel II or IIE Long Read Sequencing instrument, with Insight Software
SN: SQ64505E
Service to include Sequel II or IIE system parts, labor and consumables required for repair and planned maintenance with remote support enabled and priority service.
Period of Performance: July 11, 2025, through January 10, 2026.
PacBio Inc is the only vendor/source that can provide the necessary reagents and service agreement for PacBio, Sequel II/IIe. The PacBio, Sequel II/IIE is a sophisticated machine that is used by many investigators and needs the specific reagents requested. Due to its sophistication, only PacBio can provide servicing solutions to their instruments.
The uniqueness and sophistication of the machine requires highly specialized care and maintenance. This machine is critical to the operation of the lab(s) and there are no other machines here that can be used as a back-up in case of downtime. Investigators need to have their DNA samples sequenced using this machine to understand genetics, disease and move precision medicine forward. The specialized field engineers from Pacific Biosciences are essential for the operation of this equipment. In addition, engineers at Pacific Biosciences headquarters can monitor, diagnose and control the Sequel remotely using proprietary software (Insight).
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024)(Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Jan 2025)(Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and
Certifications (Jan 2025)(Deviation Feb 2025) – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the service specified in this synopsis should submit a copy of their quotation via email to
robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties’ bona-fide capabilities of providing all products and service (s) needed. Responses must be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due on July 1, 2025, before 5:00 pm eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number 75N94025Q00099. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00099 in the subject line of email.
Note: In order to receive an award, contractor must have an active registration for all awards in the SAM database @www.sam.gov.
Note: “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”