Bruker Maldi TOF Maintenance
ID: 75F401-25-Q-1283283Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, 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 Food and Drug Administration (FDA), is seeking proposals for a full-service maintenance agreement for its Bruker MALDI Biotyper Commercial Module instrument system. The contract requires comprehensive coverage for all repairs and annual preventative maintenance services, including prompt troubleshooting, immediate access to certified replacement parts, and updates from the original manufacturer, with a performance period starting January 16, 2025, and extending for five years with four additional one-year options. This maintenance is crucial for the FDA's mission to monitor antimicrobial resistance in foodborne and zoonotic pathogens, ensuring the instrument operates according to manufacturer specifications. Interested vendors must submit their proposals by 11:59 AM EST on January 21, 2025, and can contact James O’Keefe at 301-796-7371 or via email at James.OKeefeIII@fda.hhs.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Food and Drug Administration (FDA) seeks to procure a full-service maintenance agreement for its Bruker MALDI Biotyper Commercial Module instrument system, effective from January 16, 2025, with four additional one-year options. This agreement entails comprehensive coverage for all repairs and the annual preventative maintenance service, which the contractor must provide at no extra cost. Key requirements include prompt troubleshooting, immediate access to certified replacement parts, and updates from the original manufacturer. The contractor must ensure that service engineers are trained by the manufacturer and provide documentation of this training. The period of performance covers five years, including regulatory compliance tasks such as safety testing and issuing a Certificate of Maintainability. The contract obligates the contractor to cover all associated costs and ensure that equipment remains operational according to the manufacturer's specifications. The maintenance services are essential to support the FDA's mission of monitoring antimicrobial resistance in foodborne and zoonotic pathogens, leveraging the capabilities of the scientific instrument for effective public health regulation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Renewal Service Agreement for Various BD Flow Cytometers and Lasers
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to award a sole-source contract to Becton, Dickinson, and Company (BD) for a 12-month service agreement covering various BD flow cytometers and lasers. This procurement aims to ensure the operational continuity of critical research instruments that require specialized maintenance and repair services, which can only be provided by the original manufacturer. The service agreement includes parts, labor, travel for repairs, preventative maintenance inspections, software updates, and unlimited support, with a performance period from April 22, 2025, to April 21, 2026. Interested vendors may express their capabilities to meet these requirements by contacting Danielle Tines at danielle.tines@nih.gov within 15 days of this notice.
    Preventative Maintenance and Curative Repair Beckman Coulter PT Protection Service Plan
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Secret Service (USSS), is seeking quotes for Comprehensive Preventative Maintenance and Curative Repair services under the Beckman Coulter PT Protection Service Plan. The procurement aims to maintain one Biomek i5 Hybrid automated liquid handler and its components from March 25, 2025, to June 3, 2025, ensuring operational integrity and compliance with ISO 17025 standards. This service is critical for the USSS's mission, emphasizing the need for reliable laboratory instrumentation to support its operations. Interested vendors must submit their quotes by February 7, 2025, and can direct inquiries to Sabine McCorry at sabine.mccorry@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov.
    GentleMax Pro Laser System Service Maintenace
    Buyer not available
    The Defense Health Agency (DHA) is soliciting quotes for a firm fixed-price contract to provide comprehensive maintenance and repair services for the Candela GentleMax Pro Laser System at the Naval Medical Center in Camp Lejeune, North Carolina. The contract, identified as Solicitation HT940625Q0004, will cover a five-year period from April 1, 2025, to March 31, 2030, including a base year and four option years, and will require the contractor to perform preventive maintenance, repairs, and ensure compliance with FDA regulations. This service is critical for maintaining the operational efficiency and safety of medical equipment used in patient care. Proposals must be submitted electronically by February 17, 2025, and will be evaluated based on technical competency, pricing completeness, and adherence to business requirements, with a focus on maintaining a robust Quality Control program. Interested parties can contact Tanya Richardson at tanya.c.richardson.civ@health.mil or Gerrie Johnson at gerrie.m.johnson.civ@health.mil for further information.
    Laboratory Vacuum System Replace and Install Irvine CA FDA
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified contractors to replace and install a laboratory vacuum system at its facility in Irvine, California. The project involves the removal of an outdated vacuum pump system, which is nearly 23 years old, and the installation of a new system that meets specific technical requirements, including energy efficiency and integration with existing building automation systems. This procurement is critical for maintaining operational reliability at the FDA Irvine facility, ensuring that essential laboratory functions can continue without interruption. Interested small businesses must submit their proposals by the specified deadlines, with a mandatory site visit scheduled for January 29, 2025, to assess existing conditions. For further inquiries, potential bidders can contact Patricia Natividad at patricia.natividad@fda.hhs.gov or by phone at 301-796-8919.
    Preventative Maintenance and Curative Repair Beckman Coulter PT Protection Service Base plus Four Option Years
    Buyer not available
    The Department of Homeland Security's U.S. Secret Service (USSS) is seeking qualified vendors to provide comprehensive preventative maintenance and curative repair services under the Beckman Coulter PT Protection Service Plan for three automated liquid handling systems. The procurement aims to ensure that these systems operate in compliance with International Organization for Standardization (ISO) standards, necessitating services from the specific manufacturer due to the unique nature of the equipment and parts involved. This contract, which includes a base year plus four option years, is critical for maintaining essential laboratory operations that support accurate testing on highly sensitive biological threat agents. Interested parties should contact Sabine McCorry at sabine.mccorry@usss.dhs.gov or Jade Gaston at jade.gaston@usss.dhs.gov for further details, as the solicitation number is 70US0925Q70092166 and the contract is expected to commence in June 2025.
    Annual Preventative Maintenance of Water Xevo TQ-S Cronos
    Buyer not available
    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract for the annual preventative maintenance of the Waters Xevo TQ-S Cronos (with Acquity UPLC) with Waters Technologies Corporation. This procurement involves servicing the analytical instrument, which includes parts and labor for service requests, as well as conducting annual preventative maintenance, ensuring the instrument's optimal performance. The Xevo TQ-S Cronos is critical for laboratory analysis, and Waters Technologies Corporation is the sole provider of the necessary service and support due to its unique expertise and proprietary parts. Interested parties may submit a capability statement to the primary contact, Derrick Braswell, at dbraswell@cpsc.gov by 12 PM Eastern Time on February 12, 2025, as the government will consider all responses received within seven business days of this notice.
    Research and Development of the FDA ARGOS System
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors for the research and development of the FDA ARGOS System, as outlined in Sources Sought Notice Ref. No. 75F40125Q00090. The primary objective is to enhance the FDA ARGOS database and develop analytical tools and datasets that leverage High-Throughput Sequencing (HTS) and Next Generation Sequencing (NGS) technologies to improve diagnostics for infectious diseases by enabling quicker identification of microbial pathogens. This initiative is critical for bolstering public health preparedness and response capabilities against emerging infectious diseases and will involve collaboration with vendors to refine the draft Statement of Objectives. Interested parties must submit their responses, including business classification and capabilities, by February 5, 2025, to Nicholas Bisher and Kimberly Pennix via email.
    Food and Drug Administration (FDA) Regulatory Compliance Training
    Buyer not available
    The Department of Defense, through the U.S. Army Medical Research and Development Command (USAMRDC), is seeking qualified vendors to provide FDA Regulatory Compliance Training for personnel involved in FDA-regulated research activities. The training will focus on Good Clinical Practices (GCP), Good Laboratory Practices (GLP), current Good Manufacturing Practices (cGMP), and Quality Systems Regulations (QSR), ensuring that personnel maintain the necessary competency and compliance with U.S. FDA and Department of Defense regulations. This initiative is crucial for facilitating the development of FDA-approved pharmaceuticals and devices for military members, reflecting the government's commitment to research integrity and regulatory adherence. Interested vendors must submit a Capability Statement by February 5, 2025, and the anticipated contract will span one base year with four optional years, commencing around May 2025. For further inquiries, contact Matthew Gembe at matthew.w.gembe.civ@health.mil or call 301-619-1350.
    Magnetic Particle and X-Ray Equipment Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the maintenance of Government-owned Magnetic Particle and X-Ray equipment at the Anniston Army Depot in Alabama. The contractor will be responsible for providing high-priority emergency repairs, calibration, and preventive maintenance checks, with a contract duration of one year and four optional years. This maintenance is critical for ensuring the operational efficiency and safety of essential testing equipment used by the Army. Proposals are due by 10:00 AM on February 12, 2025, and interested parties should direct inquiries to Katherine B. Fuller at katherine.b.fuller2.civ@army.mil or T. Morey Gaddy at troy.m.gaddy2.civ@army.mil by January 27, 2025.
    FY25 FDA Broad Agency Announcement (BAA) for Advanced Research and Development of Regulatory Science
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is soliciting proposals through the FY25 Broad Agency Announcement (BAA) aimed at advancing regulatory science and innovation. This opportunity invites organizations, particularly small businesses, to submit research and development proposals that address critical areas such as alternative drug development methods, advanced manufacturing technologies, and predictive toxicology, with a strong emphasis on including diverse populations in research. Proposals must be submitted by February 24, 2025, and will undergo a two-tier evaluation process, with the potential for multiple contracts awarded based on proposal quality and funding availability. Interested parties can contact Ian Weiss at Ian.Weiss@fda.hhs.gov or by phone at 301-796-5728 for further information.