Service Agreement for Four IonField 1536 Cleaning Stations with TipChargers and the Pureplate MCS System
ID: 75N95025Q00178Type: Combined Synopsis/Solicitation
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 a service agreement to maintain four IonField 1536 Cleaning Stations with TipChargers and the Pureplate MCS System. This procurement aims to ensure the operational efficiency and reliability of critical laboratory equipment used in high-throughput screening, which is essential for ongoing research efforts. The anticipated contract will be a firm fixed-price purchase order with a base period of 12 months and an option for an additional 12-month period. Interested vendors must submit their quotations by 9:00 a.m. Eastern Daylight Time on May 16, 2025, to Emily Palombo at emily.palombo@nih.gov, referencing solicitation number 75N95025Q00178.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" as part of federal acquisition regulations. It mandates that Offerors must disclose if they provide or utilize covered telecommunications equipment or services, defined by specific criteria under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The Offeror must either affirm or deny the inclusion of such equipment in their products and services for government contracts, requiring detailed disclosures if affirming. The regulations prohibit federal agencies from procuring services that involve covered telecommunications equipment, ensuring compliance with national security standards. Offerors are required to verify their standing against the System for Award Management (SAM) blacklist and provide detailed information about any covered services or equipment, including manufacturer details and explanation of usage in relation to prohibitions. Overall, the document emphasizes the need for transparency concerning telecommunications equipment in federal contract work to mitigate risks associated with national security and technology integrity.
    The document outlines the representation requirements for offerors concerning "covered telecommunications equipment or services" in federal contracts, as specified in clause 52.204-25. Offerors must conduct a reasonable inquiry about their products or services in relation to these specific telecommunications and video surveillance services before bidding. They are required to consult the System for Award Management (SAM) to verify if any excluded parties are associated with covered equipment. The offeror must then certify whether they provide or use such covered equipment and services in their offerings to the government. This provision aims to ensure federal contracts do not involve prohibited telecommunications services, thus maintaining security and compliance standards in government procurements.
    The Addendum to FAR 52.212-4 outlines the terms and conditions for commercial items, specifying the order of precedence for resolving inconsistencies within a solicitation or contract. The document emphasizes that Commercial Supplier Agreements (CSAs) should align with federal law and include specific provisions tailored to government use. Key inclusions involve restrictions on automatic renewals, unilateral changes, and governing law. Important amendments address audit rights, indemnification clauses, and the handling of confidential information, particularly regarding the United States' legal protections. The addendum ensures that government entities retain specific rights and obligations while clarifying the limits of liability and dispute resolutions. This document is critical for ensuring that contracts regarding commercial supplies or services are well-defined, legally compliant, and reflective of the unique requirements faced by U.S. government agencies in their procurement processes.
    The document outlines federal acquisition regulations essential for contracting commercial products and services, detailing compliance requirements that contractors must adhere to. Key clauses include responsibilities related to ethics, whistleblower protections, subcontractor management, and labor standards. Specific provisions cover regulations such as the Contractor Code of Business Ethics (52.203-13), the prohibition of contracting with entities tied to various vulnerabilities, and assurances of accelerated payments to small business subcontractors. It emphasizes small business utilization and sets the framework for reporting requirements, including executive compensation. The document also highlights contractor obligations to allow access to records for the Comptroller General and enumerates further clauses applicable to specific contexts like labor standards and employment verification. Overall, it serves to guide contractors in fulfilling legal and regulatory standards critical to federal procurement processes, ensuring ethical conduct and safeguarding government interests.
    The document outlines the certification requirements for contractors seeking exemption from the Service Contract Labor Standards (SCLSA) related to maintenance, calibration, or repair of specific equipment. Offerors must certify whether the equipment is primarily used for non-government purposes and sold to the public in significant amounts, that services are priced based on established catalog or market prices, and that employee compensation aligns with industry standards. Failure to provide this certification may result in disqualification from contract awards. If an offeror certifies compliance, the Contracting Officer can decide whether SCLSA applies. The provision ensures transparency and compliance in government contracting, focusing on fair labor practices and competitive pricing while facilitating the exemption process where applicable. Overall, it governs the conditions under which certain contracts may be exempted from prevailing wage requirements, thereby streamlining government acquisition processes and ensuring appropriate oversight.
    The document outlines the requirements for compliance with Information and Communication Technology (ICT) accessibility standards as mandated by the Department of Health and Human Services (HHS) for solicitations. Offerors must adhere to the established Section 508 accessibility standards, ensuring their proposed ICT supplies, products, platforms, and documentation meet these criteria. To facilitate assessment, offerors are required to submit either an Accessibility Conformance Checklist or an Accessibility Conformance Report, which details their compliance and any remediation efforts necessary for any existing conformance issues. Additionally, suppliers must clarify any areas where they cannot conform to Section 508 requirements. The burden of ensuring conformance post-award falls on the contractor, highlighting the importance of compliance during procurement. Further, all electronic submissions must be accompanied by appropriate checklists to confirm accessibility. This provision emphasizes HHS's commitment to facilitating equitable access to technology and information for all users, reinforcing the integral nature of accessibility in federal procurement processes.
    This document outlines the Information and Communication Technology (ICT) Accessibility clause for federal contracts, specifically addressing compliance with Section 508 of the Rehabilitation Act of 1973. The purpose is to ensure that all ICT supplies and services provided under the contract meet the Revised 508 Standards, which enhance accessibility for individuals with disabilities. Key obligations for contractors include adhering to accessibility standards specified in the contract documents and submitting either a Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report when adding new ICT supplies or services. If the contractor fails to meet these standards, they are responsible for remediation, at their own expense. Furthermore, for indefinite-delivery contracts, contractors must follow accessibility specifications per individual task or delivery orders. Contractors are also required to report any exceptions to Section 508 requirements. This clause emphasizes the federal government's commitment to accessibility and compliance, ensuring that all publically funded technology is accessible to everyone, thereby promoting inclusivity in public services.
    The document outlines invoice and payment provisions for contractors engaging with the federal government, specifically under the National Institutes of Health (NIH). It emphasizes the requirements for submitting proper invoices, detailing necessary components such as vendor information, invoice specifications, and supporting documentation. A proper invoice must comply with regulations outlined in the Federal Acquisition Regulation (FAR) and include identifiers like the Unique Entity Identifier (UEI) and Federal Taxpayer Identification Number (TIN). Payment timelines are stipulated, requiring payment within 30 days of receipt of a proper invoice or government acceptance of services or supplies. Interest penalties apply for late payments following established guidelines. Additionally, the document includes provisions for accelerated payments to small business subcontractors to enhance cash flow and support local economies. The use of the Department of Treasury’s Invoice Processing Platform (IPP) is required for electronic submissions, ensuring streamlined processing and compliance with contract terms. Overall, this document serves as a comprehensive guide for contractors regarding financial transactions and expectations, aiming to facilitate prompt payment and accountability in federal contracting.
    The document outlines a service agreement request by the National Center for Advancing Translational Sciences (NCATS) for the maintenance of four IonField 1536 cleaning stations and a PurePLATE MCS plate washer used in their High Throughput Screening lab. The service agreement aims to ensure functionality and reduce downtime of critical cleaning equipment that handles compound addition in assays. The maintenance includes hardware replacements, labor, and preventative inspections, with a period of performance of 12 months and an optional extension. The document details specific equipment requirements, necessitating certified technicians for servicing. The NCATS will facilitate access to equipment, and the contractor will be responsible for service reports after maintenance, shipping logistics, and ensuring equipment is covered under warranty. Overall, this request emphasizes the importance of reliable maintenance services to support ongoing research efforts and minimize contamination in assays, directly benefiting multiple biology groups within NCATS.
    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.
    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.
    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).
    Lab Water Purification
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    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 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.
    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.
    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.