Dynex Agility Maintenance Agreement
ID: PR91936Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

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 Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking qualified vendors for a Dynex Agility Maintenance Agreement, which focuses on annual maintenance for a specific Dynex Agility unit. This procurement requires certified technicians to ensure compliance with original equipment manufacturer (OEM) warranty standards and will be conducted under simplified acquisition procedures for a 12-month period. The Dynex Agility system is critical for performing ELISA serological tests, and Dynex Technologies, Inc. is the sole source provider due to their exclusive knowledge and capability to deliver necessary support and maintenance. Interested parties must submit their responses by April 3, 2025, to the designated contacts, Ashley Williams and Sheena Delaine, via email, as this notice serves to gauge interest and capabilities rather than a request for competitive bids.

    Point(s) of Contact
    Ashley Williams
    dal3@cdc.gov
    Sheena Delaine
    kpz5@cdc.gov
    Files
    Title
    Posted
    The document outlines the justification for a non-competitive procurement action associated with Dynex Technologies, Inc., the sole source provider for maintenance and calibration of the Agility automated system used for ELISA serological tests. It references the Federal Acquisition Regulation (FAR) guidelines, particularly FAR 13.106 and FAR 8.405, which allow solicitation from a single source under specific circumstances such as urgency and the unique capability of the service provider. Dynex is identified as the only vendor capable of delivering necessary support due to their exclusive knowledge of the equipment, ensuring timely service for critical software updates and maintenance. Other alternatives were not considered due to the essential nature of Dynex's proprietary services and products. This document emphasizes the need for specialized service in maintaining the operational efficiency of the Agility equipment and adheres to federal procurement standards for sole source contracts.
    The CDC, through its National Center for Emerging and Zoonotic Infectious Diseases, intends to award a procurement for a Dynex Agility Services Agreement focused on annual maintenance for a specific Dynex Agility unit. This agreement requires certified technicians to ensure compliance with OEM warranty standards and will span a 12-month period. The procurement process will follow simplified acquisition procedures under FAR 13.106-1(b)(1) and 10 U.S.C. 2304(c)(1). Although interested parties may express their capabilities or submit proposals, this notice does not constitute a request for competitive bids. Responses must be submitted by April 3, 2025, and will guide the government in deciding whether to open the contract for competition. Responses should be emailed to the designated contact by the specified deadline. This contract action underscores the CDC's commitment to maintaining essential equipment through qualified service vendors while ensuring compliance with procurement regulations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    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.
    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.
    Geneious Prime Enterprise Licenses
    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 Graphpad Software LLC for the procurement of Geneious Prime Enterprise Academic Yearly Subscription, covering 200 seats. This software licensing is critical as it is integrated into several validated CLIA test protocols, and the government is unable to modify these protocols due to time and cost constraints. The anticipated period of performance for this contract is from February 23, 2026, to February 22, 2031, with the possibility of four one-year option periods. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at xur0@cdc.gov by 5:00 PM (ET) on December 16, 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.
    NIOSH- Compucom Inc Hardware and Software
    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 contract to CompuCom Inc. for hardware and software maintenance services. This procurement is aimed at supporting the National Institute for Occupational Safety and Health's (NIOSH) OpenText ApplicationXtender/WebXtender imaging software suite and Kodak i2900 scanners, which are critical for the Coal Workers’ Health Surveillance Program (CWHSP). The maintenance agreement is essential to ensure the continued operation of the CWHSP archive system, as CompuCom is the exclusive OEM-authorized provider for the necessary software and hardware, making them the only viable source for this support. Interested parties may submit responses by December 15, 2025, at 10:00 a.m. EST to Ashley Williams at dal3@cdc.gov, although the government reserves the right to determine whether to pursue a competitive procurement based on these responses.
    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.
    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.
    Request for Information (RFI) - Agilent Services
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.