Preventative Maintenance and Service Contract for Tecnai EM Scope (Serial Number D1018)
ID: 12505B25Q0089Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS MWA AAO ACQ/PER PROPPEORIA, IL, 61604, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service, is soliciting bids for a Preventative Maintenance and Service Contract for a Tecnai EM (Serial Number D1018) located in Ames, Iowa. The contract encompasses both preventive and emergency maintenance services for a duration of 12 months, with the evaluation based on a Lowest Price Technically Acceptable (LPTA) methodology. This contract is crucial for ensuring the operational efficiency of the electron microscope, which supports vital research activities at the National Animal Disease Center. Interested contractors must submit their quotes electronically by May 30, 2025, and direct any inquiries to Tiffany Reval at tiffany.reval@usda.gov, ensuring compliance with all federal regulations and SAM registration requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The USDA is soliciting bids for a Preventative Maintenance and Service Contract for a Tecnai EM (Serial Number D1018), structured as a fully open Request for Proposal (RFP) under FAR guidelines. The contract includes twelve months of preventative and emergency maintenance services, evaluated through a Lowest Price Technically Acceptable (LPTA) approach. Interested bidders must register with the System for Award Management (SAM) and provide specific information, such as company details and unique entity identification number. Registration is required prior to bid submission, which must be completed via email. Furthermore, the document outlines compliance requirements related to federal regulations, including labor standards and environmental policies. Invoicing will be handled electronically through the Invoice Processing Platform (IPP). The service contract is contingent on meeting all technical specifications and fulfilling submission requirements, including adherence to various contract clauses aimed at ensuring fair labor practices and environmental regulations. The period of performance for the contract will last for one year post-award.
    The document outlines a Statement of Work (SOW) for a Preventative Maintenance Service Contract for a ThermoFisher Tecnai 12BT Electron Microscope, located at the National Animal Disease Center (NADC) in Ames, Iowa. The contractor will provide services by factory-trained engineers, including one annual preventive maintenance visit and unlimited emergency support. Coverage encompasses adjustments, software updates, necessary repairs, and all associated labor and travel costs, ensuring the efficient operation of the microscope, which supports the NADC's research mission. Key deliverables include routine maintenance and on-demand repairs, with services coordinated through the Electron Microscope Operator. Security measures for contractor personnel include verification of identification before accessing the facility. This contract is part of a one-year agreement aimed at maintaining high operational standards of crucial research equipment, reflecting governmental efforts to facilitate reliable scientific research through proper equipment servicing.
    The document outlines a solicitation (12505B25Q0089) from the USDA Agricultural Research Service for a contract focused on preventive and emergency maintenance for a Tecnai EM device (Serial Number D1018). This solicitation is entirely set aside for small businesses and requires participation in the System for Award Management (SAM). The applicable NAICS code is 811210, which pertains to Electric and Precision Equipment Repair and Maintenance, with a size standard of $34 million. The contract entails two main line items: preventive maintenance and emergency maintenance, each for a duration of 12 months. Interested contractors must submit quotes via email, adhering to specific documentation requirements, including a summary letter, a completed and signed offer page, and technical compliance with the Statement of Work. The selection process is based on the "Lowest Price Technically Acceptable" methodology, prioritizing offers that meet technical requirements at the lowest price. Additionally, various provisions and clauses, including requirements for small business participation and compliance with federal regulations, are incorporated into the solicitation. The execution period of the contract is specified as one year after the awarding date.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair of Associated Particle Imaging Neutron Generator (Model DT108-API)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking qualified small businesses to provide repair services for an Associated Particle Imaging Neutron Generator (Model DT108-API) under solicitation number 1232SAQ0023. The procurement involves replacing the API window and scintillator, addressing a slow leak due to a cracked weld, and ensuring compliance with NRC guidelines through necessary testing and certifications. This specialized equipment is critical for neutron production in research applications, and the contract is set to be awarded based on the lowest price technically acceptable criteria, with a required delivery date of March 25, 2026. Interested vendors must submit their quotations by December 23, 2025, and can direct inquiries to Brian Brusky at brian.brusky@usda.gov or by phone at 608-215-2837.
    Service Contract for ThermoFisher FEI Tecnal T20. Transmission Electron Microscope
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Child Health and Human Development (NICHD), is seeking to award a non-competitive service contract for the ThermoFisher FEI Tecnal T20 Transmission Electron Microscope. This contract is essential for providing continuous expert maintenance, repairs, and software updates to ensure optimal performance and minimize downtime of the specialized microscope. The contract, justified under FAR Part 13-Simplified Acquisition Procedures, is not expected to exceed $250,000 and will cover the period from February 1, 2026, to January 31, 2027. Interested parties are invited to submit capabilities statements to Mr. Michael Falzone at falzoneml@nih.gov by December 26, 2025.
    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.
    APREO S LoVac - Field Emission – Scanning Electron Microscope Service Agreement
    National Transportation Safety Board
    The National Transportation Safety Board (NTSB) intends to award a sole-source service agreement to FEI Company for the maintenance of one Apreo S LoVac Field Emission – Scanning Electron Microscope (FESEM). This 12-month service agreement is essential for ensuring rapid response, preventative maintenance, certified replacement parts, and software updates for the microscope, which is critical for the NTSB's investigations into civil aviation and other transportation accidents. As the sole manufacturer and authorized provider of these services, FEI Company is uniquely qualified to meet the NTSB's requirements, including remote diagnostics and technical support. Interested parties capable of fulfilling these requirements are invited to submit capability statements to Bryan J. Moy at bryan.moy@ntsb.gov within five days of this notice, as the NTSB continues to explore alternative sources for future needs.
    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.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    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.
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure diagnostic test kits for Theileria equi and Babesia caballi at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The BPA aims to ensure the availability of these essential diagnostic tools to support livestock disease control efforts, with a total ceiling of $2 million for all orders over the contract period from February 1, 2024, to January 31, 2029. Interested vendors are encouraged to submit quotations by January 22, 2026, detailing their pricing, qualifications, and compliance with regulatory requirements, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors may contact Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535.
    Annual Bulk Nitrogen deliveries with 4 option years
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking a contractor to provide annual bulk liquid nitrogen deliveries, with a contract duration of one base year and four option years. The selected vendor will be responsible for supplying approximately 8,500,000 standard cubic feet (scf) of liquid nitrogen annually, maintaining a bulk liquid nitrogen tank and gasifier, and ensuring uninterruptible nitrogen services during the transition from the current supplier. This procurement is critical for the USDA's Agricultural Research Service at the Eastern Regional Research Center in Wyndmoor, PA, where the nitrogen is essential for various research and operational activities. Interested parties must submit their quotations by the specified deadline, and inquiries should be directed to Lynn Hults at lynn.hults@usda.gov or by phone at 912-464-9723.
    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.