SOURCES SOUGHT: Maintenance and Repair Service of CO2 Incubator
ID: 75N95025Q00175Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for two CO2 incubators manufactured by Sartorius Corporation. The objective of this procurement is to ensure the continued functionality of these critical pieces of equipment used in Alzheimer's research, thereby supporting the integrity of ongoing research data. The anticipated contract will be a firm fixed-price purchase order, covering the period from August 15, 2025, to August 14, 2026, with proposals due by July 15, 2025, at 10:00 AM Eastern Daylight Time. Interested parties should submit their quotations electronically to Rashiid Cummins at rashiid.cummins@nih.gov, ensuring compliance with all specified requirements and provisions.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the representation requirements regarding covered telecommunications equipment and services for offers submitted to the federal government as per the 52.204-24 provision. It specifies that offerors should not complete certain representations if they have already indicated that they don't provide or use covered telecommunications equipment or services elsewhere in their submissions. The text defines critical terms, establishes prohibitions based on Section 889 of the John S. McCain National Defense Authorization Act, and delineates the necessary procedures and disclosures for offerors. Key prohibitions restrict executive agencies from procuring systems using covered telecommunications equipment as essential components. Offerors must disclose information regarding any covered equipment or services they provide, including the manufacturer’s details and intended use, if they acknowledge using such equipment. This requirement aims to maintain accountability and compliance with federal standards intended to secure telecommunications against potential risks. Overall, the document emphasizes a stringent approach to managing telecommunications procurement within government contracts to safeguard national security interests.
    The provision 52.204-26 addresses the representation concerning "covered telecommunications equipment or services" related to federal awards. It defines terms relevant to telecommunications equipment and mandates that the Offeror confirm whether it provides or uses such equipment or services in any contracts with the government. The Offeror must review the System for Award Management (SAM) to check for entities excluded from federal awards pertaining to these services. The Offeror is required to conduct a reasonable inquiry and certify the status of their equipment or services, stating whether they do or do not use covered telecommunications products. This provision reinforces compliance in federal contracting and aims to prohibit associations with entities using certain restricted telecommunications services, ensuring that federal projects uphold security and integrity standards.
    This document serves as an addendum to Federal Acquisition Regulation (FAR) 52.212-4, outlining the order of precedence for resolving inconsistencies in contracts involving commercial items. The hierarchy establishes that the schedule of supplies/services takes priority, followed by specific clauses regarding assignments, disputes, and payments, among others. Notably, it addresses commercial supplier agreements, which are standard terms offered by vendors for supplies or services, clarifying their applicability when the U.S. Government is the end user. Key provisions include stipulations on governing law, dispute resolution, unilateral revisions of agreement terms, and the prohibition of automatic renewals without Government consent. The supplier’s rights to audit compliance are also detailed, along with the handling of taxes, non-assignment of the agreement, and confidentiality clauses. Importantly, this document ensures that certain commercial supplier agreement terms remain unenforceable against the Government unless explicitly incorporated into the contract. In essence, this addendum provides a structured framework for contractual agreements between commercial suppliers and the U.S. Government, ensuring clarity and legal compliance in government acquisitions of commercial items and services.
    The document outlines Federal Acquisition Regulation (FAR) clauses applicable to contracts for commercial items, highlighting contractors' obligations under various laws and executive orders. It includes clauses related to subcontracting restrictions, whistleblower protections, reporting requirements, and codes of business ethics. Key sections cover compliance with laws on internal confidentiality agreements, prohibitions on contracting with certain entities, and requirements on small business set-asides and subcontracting plans aimed at ensuring equitable opportunities for small and disadvantaged businesses. Additionally, it emphasizes the importance of labor standards, environmental protections, and payment practices for contractors and subcontractors. The overall purpose of the file is to ensure that contractors adhere to legal requirements and ethical standards while promoting fair and responsible business practices in federal procurements, thereby fostering transparency and accountability within government contracting processes. This aligns with broader goals of government grants and RFPs aimed at incorporating compliance and protection measures in federally funded projects.
    The government document outlines invoice and payment provisions applicable to all Purchase Orders, Task Orders, and Blanket Purchase Agreements, specifically highlighting the transition to the Invoice Processing Platform (IPP). Key requirements for a proper invoice include essential details such as contractor information, unique invoice numbers, contract details, and specific itemized billing requirements. The process mandates compliance with the Prompt Payment Act, specifying due dates for payments and conditions for interest penalties when due dates are not met. Additionally, there are guidelines for accelerated payments to small business subcontractors, ensuring they receive payments within 15 days of invoice submission. Furthermore, the document stipulates that payment requests must primarily be submitted electronically through the IPP; alternative methods are permitted only with prior written authorization from the Contracting Officer. These provisions emphasize financial accountability and streamline payment processes within federal contracts, ensuring that contractors are promptly and accurately compensated for services rendered and products delivered, aligning with federal procurement standards.
    The National Institute on Aging (NIA) seeks to procure maintenance and repair services for two CO2 incubators manufactured by Sartorius Corporation. This requirement aims to ensure the continued functionality of equipment used in Alzheimer's research, supporting vital data continuity. The contract covers the period from August 15, 2025, to August 14, 2026, and follows a firm fixed-price model. The contractor will provide maintenance, including preventative care, software upgrades, and troubleshooting, performed by certified technicians. Response times for service requests are specified to be within 24 hours and onsite visits within 72 hours. The government will facilitate workspace for technicians during their visits. Travel costs associated with regular onsite work are not reimbursable unless approved in advance. Written reports of maintenance and repairs will be required. Compliance with Section 508 standards and the use of OEM certified parts and software are also mandated. Overall, this SOW emphasizes the importance of qualified service to ensure the optimal operation of critical research equipment at NIA.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    NIH COGEN Maintenance and Repair
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Leica Microsystems equipment utilized by the Division of Intramural Research (DIR). This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory instruments and equipment, which are essential for ongoing research activities. The maintenance services will be performed in Rockville, Maryland, and interested vendors can reach out to Hershea Vance at hershea.vance@nih.gov or 301-761-6404, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details. The opportunity is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Renewal of Maintenance Services for Philips Imaging Equipment at the Integrated Research Facility (IRF) at Fort Detrick, Maryland
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Philips imaging equipment located at the Integrated Research Facility (IRF) in Fort Detrick, Maryland. This procurement aims to ensure the continued operational efficiency and reliability of critical imaging equipment used in research and clinical applications. The maintenance services are vital for supporting ongoing research initiatives and ensuring compliance with safety and operational standards. Interested vendors can reach out to Danielle Tines at danielle.tines@nih.gov or by phone at 406-363-9251, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details regarding the justification and approval documentation.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    Preventive Maintenance Services For Government-Owned Clinical Philips Ingenia Elition 3.0T MRI Scanner
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide preventive maintenance services for a government-owned Philips Ingenia Elition 3.0T MRI scanner. The objective of this procurement is to ensure the optimal functioning and reliability of the MRI scanner, which is critical for various clinical applications and research initiatives within the NIH. This maintenance service is essential for sustaining the operational integrity of the equipment, thereby supporting the health and research missions of the NIH. Interested parties can reach out to John Russell, Contract Specialist, at John.Russell3@nih.gov, or Reyes Rodriguez, Contracting Officer, at reyes.rodriguez@nih.gov for further details regarding this opportunity.
    Operation and Maintenance of a Murine Pathogen-Free Mouse Breeding Facility
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors for the operation and maintenance of a Murine Pathogen-Free Mouse Breeding Facility. This procurement aims to ensure the facility operates efficiently, providing essential support for research involving pathogen-free mice, which are critical for various biomedical studies. The contract will be managed under the PSC code R707, indicating a focus on management and support services. Interested parties can reach out to Sevag Kasparian at Sevag.Kasparian@nih.gov or 240-669-5177, or Gabriel Contreras at gabriel.contreras@nih.gov or 240-292-4828 for further details regarding the opportunity.