1 YEAR SERVICE CONTRACT FOR CARTERRA LSA XT THROUGHPUT INSTRUMENT
ID: NOI-NIAID-25-2259919Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIAIDBETHESDA, 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), intends to negotiate a sole source maintenance agreement with Carterra, Inc. for a 12-month service contract for the Carterra LSA XT Throughput instrument. This maintenance agreement is critical for the Antibody Biology Unit's research on monoclonal antibodies, particularly in developing therapeutics against diseases such as influenza, ensuring the instrument remains operational at all times. The contract includes essential services such as on-site support within three days of a request, preventative maintenance visits, software and firmware updates, and continuous phone support, with the performance period set from July 17, 2025, to July 16, 2026, in Rockville, Maryland. Interested vendors must submit a capability statement by May 15, 2025, demonstrating their qualifications to provide the required services, with all submissions processed through the NIH's electronic SIMPLIFIED ACQUISITION SUBMISSION SYSTEM (eSASS).

    Files
    Title
    Posted
    The National Institute of Allergy and Infectious Diseases (NIAID) intends to negotiate a maintenance agreement with Carterra, Inc. for a Carterra LSA XT Throughput instrument. This sole source procurement aims to ensure the instrument remains operational for research on monoclonal antibodies against influenza and other diseases. The agreement, effective July 17, 2025, to July 16, 2026, will include on-site service, preventative maintenance, software updates, and phone support. A requirement for the service covers a 3-day onsite response, all associated travel, labor, and parts costs. Interested parties must submit a capability statement evidencing their ability to meet these requirements by May 15, 2025, via the NIAID’s electronic submission system. This notice serves as a pre-solicitation for information and is not an official request for proposals, emphasizing the necessity for expert service due to the specialized nature of the equipment. The decision to engage in this sole-source contract is supported by federal procurement regulations recognizing the unique capabilities of Carterra, Inc.
    The National Institute of Allergy and Infectious Diseases (NIAID) issued a Pre-Solicitation Notice indicating their intent to negotiate a sole source maintenance agreement with Carterra, Inc. for a 12-month service plan for the Carterra LSA XT Throughput instrument. This instrument is essential for the Antibody Biology Unit’s research on monoclonal antibodies targeting diseases such as influenza. The required maintenance agreement includes on-site service within three days of a request, preventative maintenance visits, software and firmware updates, and continuous phone support. The performance period will span from July 17, 2025, to July 16, 2026, at Rockville, MD. Interested parties must submit a capability statement by May 15, 2025, demonstrating their ability to provide the requisite services and certification to service the instrument. The announcement emphasizes the necessity for ongoing instrument functionality to support critical research initiatives while stating that this is not a request for proposals. Responses received will assist in the Government's determination regarding competition for the service requirement.
    The National Institute of Allergy and Infectious Diseases (NIAID) is issuing a Pre-Solicitation Notice for a maintenance agreement with Carterra, Inc. for their LSA XT Throughput instrument, essential for advancing research on monoclonal antibodies against diseases like influenza. This notice indicates intent to negotiate on a non-competitive basis under 41 U.S.C. 1901, emphasizing that only Carterra can fulfill the service requirements. The agreement spans from July 17, 2025, to July 16, 2026, and includes critical services such as onsite maintenance, software updates, and phone support, with a mandatory onsite response within three days. Monthly or quarterly invoicing is required. While this is not a request for proposal, other capable providers can submit a capability statement by May 15, 2025, via the NIAID’s electronic submission system eSASS. The government will consider all submissions before deciding to proceed sole-source. This notice highlights the necessity for continuous operational support for the instrument and underlines the federal government's reliance on specific vendors for specialized equipment maintenance.
    Similar Opportunities
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    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.
    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.
    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.
    Notice of Intent to Sole Source – Life Technologies Corp.
    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 to Life Technologies Corporation for the procurement of reagents and consumables necessary for operating Life Technologies instruments at the NIH Clinical Center's Department of Laboratory Medicine. This acquisition is critical as the reagents have been validated for specific assays, including BCR-ABL fusion, cKIT mutation, and JAK2 mutation assays, ensuring consistency in patient testing and avoiding potential delays in patient care that could arise from switching vendors. Interested parties may express their interest and capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov, with comments due by December 17, 2025, at 12 PM EST.
    Bruker timsTOF Pro mass spectrometer and nanoElute UPLC system annual maintenance service agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price contract to Bruker Scientific LLC for an annual maintenance service agreement for the Bruker timsTOF Pro mass spectrometer and nanoElute UPLC system. This contract will cover preventative and remedial maintenance services necessary for compliance with the Quality Management System (QMS) within the Biotechnology Core Facility Branch (BCFB), ensuring the operational integrity of critical analytical equipment used for proteomics analysis. The anticipated period of performance for this contract is from February 2, 2026, to February 1, 2027, with two optional one-year extensions available. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at uex0@cdc.gov by 5:00 PM (ET) on December 26, 2025.
    Notice of Intent to Sole Source a Thermo Orbitrap Fusion Lumos and Thermo RSLCnano UPLC Maintenance Agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Thermo Electron North America LLC for an annual maintenance agreement for a Thermo Orbitrap Fusion Lumos mass spectrometer and a Thermo RSLCnano UPLC system. This procurement is essential as these highly complex instruments require specialized service and maintenance, which can only be provided by Thermo Electron North America due to their proprietary parts and exclusive service capabilities. The anticipated period of performance for this contract is from January 1, 2026, through December 31, 2028, with interested vendors encouraged to submit their interest and capability to respond to the requirement by emailing Denedra Hardy at qfa5@cdc.gov by December 24, 2025.
    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.
    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.
    Notice of Intent to Sole Source Preventative Maintenance for Revvity Health Sciences Zephyr G3 and SciClone G3 NGSx workstations
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Revvity Health Sciences, Inc. for preventative maintenance services on a Zephyr G3 workstation and two SciClone G3 NGSx workstations. Revvity Health Sciences, Inc. is uniquely positioned as the manufacturer and sole authorized provider of necessary repair parts for these specialized workstations, which are critical for laboratory operations. The anticipated period of performance for this contract is from March 10, 2026, through March 9, 2028, with interested parties encouraged to submit their interest and capability to respond to the requirement by emailing Denedra Hardy at qfa5@cdc.gov by December 24, 2025.