Thermo Fisher PMA
ID: PR-25-000385-Thermo-Fisher-PMAType: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

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

    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to award a sole-source, firm-fixed-price contract to Life Technologies Corporation, a division of Thermo Fisher Scientific, for preventative maintenance services on laboratory instruments used in DNA analysis. This procurement is essential for the FBI's Laboratory Division, particularly the Biometrics Analysis Section, which relies on Thermo Fisher's unique equipment and services that are critical for processing DNA samples. The contract will cover a base year and four one-year option periods, extending from April 2025 through April 2030, with the decision for sole-source procurement justified by the proprietary nature of Thermo Fisher's technology and the significant costs associated with transitioning to alternative systems. Interested parties may submit capability statements to Contracting Officer Adelle Bolton at albolton@fbi.gov by May 7, 2025, to express their interest, although the government retains discretion over the competitive procurement process.

    Point(s) of Contact
    Adelle Bolton
    albolton@fbi.gov
    Files
    Title
    Posted
    The document details the Federal Bureau of Investigation’s (FBI) requisition for a sole-source contract with Thermo Fisher Scientific/Life Technologies to provide Operations and Maintenance (O&M) support for laboratory instruments used in various DNA analysis units. The FBI’s Laboratory Division, specifically the Biometrics Analysis Section (BAS), requires unique maintenance services for specific Thermo Fisher equipment essential for processing DNA samples. The decision to use restricted competition stems from the unique capabilities and intellectual property of Thermo Fisher, which is the sole manufacturer and service provider for its technology that the FBI has already integrated into its operations. The anticipated acquisition includes a base period and multiple option periods extending from April 2025 through April 2030. The justification emphasizes the significant investment required to switch to alternative systems, which would incur extensive costs and operational delays. The FBI plans to use market research to evaluate any new suppliers or technology developments in the future while remaining committed to using Thermo Fisher's existing validated equipment for ongoing DNA processing needs, ensuring compliance with rigorous forensic standards.
    Lifecycle
    Title
    Type
    Thermo Fisher PMA
    Currently viewing
    Special Notice
    Similar Opportunities
    NOTICE OF INTENT TO ISSUE SOLE SOURCE AWARD
    Justice, Department Of
    The U.S. Department of Justice, through the Executive Office for United States Attorneys (EOUSA), intends to award a sole source purchase order to James Carroll & Associates – Forensic Consultants, LLC for crime laboratory forensic testing verification services. This procurement aims to ensure the integrity of forensic testing conducted by the D.C. Department of Forensic Science, which is critical for felony prosecutions in the D.C. Superior Court. The services will involve evaluating and confirming forensic testing methodologies and reports related to Forensic Biology, Forensic Chemistry, and Latent Fingerprints, reflecting the sophisticated nature of the cases handled by the USAO-DC. The period of performance for this contract is from January 5, 2026, to January 4, 2027, and interested parties can contact Jonathan Mayfield at jonathan.mayfield@usdoj.gov for further information.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to TransUnion Risk and Alternative Data Solutions, Inc. for continued access to the TLOxp platform, which is essential for investigative operations within the Office of Law Enforcement (OLE). This contract, valued at a firm fixed price with a base year and four option years, aims to modernize the procurement process while ensuring ongoing access to the proprietary TruLookup suite of investigative solutions that provide critical intelligence on individuals and businesses. Interested parties who believe they can meet the requirements are invited to submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, with no telephone inquiries accepted. The total contract value is expected to be under $250,000, and submissions must be made in writing as specified.
    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.
    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 MALDI Biotypher system maintenance 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 maintenance contract to Bruker Scientific LLC for the maintenance of the Bruker MALDI Biotypher system. This contract aims to ensure preventative and remedial maintenance services within the Division of Core Laboratory Services and Responses (DCLSR) to comply with the Quality Management System (QMS) requirements. The anticipated period of performance for this contract is from January 17, 2026, to January 16, 2027, highlighting the importance of maintaining critical laboratory equipment for public health initiatives. Interested vendors are encouraged to express their interest and capability by submitting proposals to the primary contact, Ronalda Ohio, at uex0@cdc.gov, by 5:00 PM (ET) on December 31, 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.
    AB SCIEX MDQ PLus
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is planning to award a sole source firm fixed price contract for the maintenance of AB Sciex PACE MDQ Plus Capillary Systems. This contract will cover preventative and remedial maintenance, as well as software upgrades, to ensure compliance with the Quality Management System (QMS) requirements within the Biotechnology Core Facility Branch (BCFB). The anticipated period of performance for this contract is from January 17, 2026, to January 16, 2027, with the possibility of four additional one-year option periods. Interested vendors are encouraged to express their interest and capability by submitting proposals to the primary contact, Ronalda Ohio, at uex0@cdc.gov, by 5:00 PM (ET) on December 31, 2025.
    TX Bio Mermade PMA
    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 Tx. Bio LLC for Equipment Maintenance Services related to the TX Bio Mermade PMA. This procurement is necessary as Tx. Bio LLC holds exclusive maintenance agreements for the equipment in question, which is critical for ongoing research and development in biotechnology. Interested parties are invited to express their interest and capability to respond to this requirement, with all responses due by COB on December 30, 2025, to contract specialist Aminah A. Gary at uuu0@cdc.gov. The government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.
    Agilent Fragment Analyzer (96 capillary) and Femto pulse instruments
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) is planning to award a sole source firm fixed price maintenance contract to Agilent Technologies for the preventative and remedial maintenance of the Agilent Fragment Analyzer (96 capillary) and Femto pulse instruments used in the Biotechnology Core Facility Branch. This contract aims to ensure compliance with the Quality Management System (QMS) requirements, highlighting the critical role these instruments play in ongoing research and development in biotechnology. 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 31, 2025.
    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.