Skalar Equipment Maintenance
ID: PANDHA-25-P-0000_008066Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 4:00 PM UTC
Description

The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to procure maintenance services for Skalar Robotic Analyzer SP2000 equipment on a sole source basis from Skalar, Inc. The procurement includes annual preventive maintenance, repair services, parts replacement, and one emergency visit per year, with a contract period anticipated to consist of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in public health initiatives. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to the primary contact, Monica Perez, at monica.c.perez3.civ@health.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Qiagen Equipment Maintenance and Repair Services for the DCPH-A Laboratory Sciences Directorate
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a firm-fixed price contract to Qiagen LLC for the provision of maintenance and repair services for Qiagen equipment utilized by the Defense Centers for Public Health-Aberdeen (DCPH-A). The procurement encompasses annual preventative maintenance, unlimited repair services using Qiagen certified parts, software support, and technical assistance for laboratory instruments critical to the DCPH-A's mission of conducting comprehensive analyses for public health. This specialized service is essential as Qiagen LLC is the sole original equipment manufacturer (OEM) authorized to provide these services, ensuring the integrity and functionality of the equipment used in environmental and industrial hygiene assessments. Interested parties must submit capability statements by 11:00 AM EDT on May 8, 2025, to the primary contact, Brandon Roebuck, at brandon.m.roebuck.civ@health.mil, as no competitive proposals will be solicited for this requirement.
Preventative Maintenance on Surgical Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole-source Service Agreement to Stryker Sales, LLC for preventative maintenance services on surgical medical equipment at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is justified under the statutory authority of Other than Full and Open Competition, as Stryker is the only responsible source capable of fulfilling the agency's requirements. The services are critical for maintaining the operational readiness and safety of surgical equipment used in military medical operations. Interested parties may submit their capabilities and price lists by April 25, 2025, to Ealed Nuru at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil, for the government's consideration of potential competitive procurement.
12-Month maintenance agreement for Qtrap Mass Spectrometers
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), is seeking to establish a 12-month maintenance agreement for Qtrap Mass Spectrometers with AB Sciex LLC. The procurement requires telephone technical support to be available within four hours and prioritized repair services within 48 hours, along with annual periodic maintenance for various laboratory equipment models. This maintenance agreement is critical for ensuring the operational efficiency and reliability of essential scientific instruments used in research. Interested parties must submit capability statements by April 29, 2025, to be considered, and all submissions should be made via the NIAID electronic Simplified Acquisition Submission System (eSASS) at HTTPS://ESASS.NIH.GOV. For further inquiries, potential vendors can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.
QuantStudio 6 Flex
Buyer not available
The Department of Defense, specifically the Naval Medical Research Center, is seeking a sole source contract with Life Technologies Corporation for an annual maintenance and service agreement for the QuantStudio 6 Flex PCR system. This contract will provide essential support for the Naval Medical Research Unit San Antonio's research projects, ensuring minimal disruption to critical operations through one annual preventative maintenance visit and timely on-site service, including remedial repairs with factory-certified parts. The importance of this system lies in its role in gene expression and infection response research, where equipment downtime could significantly impact productivity and mission effectiveness. Interested vendors should contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil or 301-319-6411 for further details, as the anticipated period of performance is from FY 25 to FY 26, with a base contract duration of 12 months and no option years.
NOTICE OF INTENT TO SOLE SOURCE -- Standard Service Contract Subscription for maintenance of a Government-owned Rigaku MicroMax 007 HFM X-ray generator and integrated Haskris WW2 water chiller
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking to award a sole-source contract for a three-year Standard Service Contract Subscription for the maintenance of a Government-owned Rigaku MicroMax 007 HFM X-ray generator and an integrated Haskris WW2 water chiller. The contract, numbered W911QX-25-Q-0096, will be awarded to Rigaku Americas Corporation, emphasizing the importance of maintaining specialized equipment critical for research and development operations within national defense initiatives. Interested parties should note that responses are due five business days after posting, with the expected contract start date set for May 1, 2025. For further inquiries, contact Melissa M Murphy at melissa.m.murphy20.civ@army.mil or Thomas Jurgens at thomas.c.jurgens.ctr@army.mil.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
Bruker service maintenance - Bruker Scientific LLC.
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking to procure maintenance services for Bruker Scientific LLC equipment in support of the Naval History and Heritage Command (NHHC). The procurement involves maintenance for specific Bruker instruments, including the Alpha II FT-IR Spectrometer, Bravo Raman Spectrometer, and Lumos II FT-IR Standalone Microscope, which are critical for historical and heritage research. The solicitation, identified as RFQ N00189-25-Q-0235, will close on April 28, 2025, at 5:00 PM EST, and interested vendors must submit their quotes electronically via email and be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Ian Tupaz at ian.j.tupaz.civ@us.navy.mil or Cody Witz at cody.witz@navy.mil.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
Master BPA - Tissue Staining Chemical Analyzer and Services
Buyer not available
The Defense Health Agency (DHA) is conducting a sources sought announcement for the procurement of tissue staining chemical analyzers and associated services, specifically targeting the Walter Reed National Military Medical Clinic in Bethesda, Maryland. The agency seeks to acquire commercial items, including the Bench Mark Ultra, Bench Mark Ultra Plus, and Ventana HE 600 analyzers, along with necessary reagents and operational services to ensure proper functionality. These analyzers play a critical role in laboratory diagnostics, enhancing the capabilities of healthcare providers within the military medical system. Interested parties are encouraged to submit non-proprietary capabilities statements by April 28, 2025, at 09:00 AM EST, with inquiries directed to Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or Faatalivale Te’o-Lewis at Faatalivale.m.teo-lewis.civ@health.mil.
J065--Base YR (11/01/2025 - 10/31/2026) + 2 OYs Stryker Mako Robotic Arm System
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Stryker Orthopedics for the preventative maintenance and emergency repairs of the Stryker Mako Robotic Arm System at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This procurement is conducted under the authority of 41 U.S.C. 1901, indicating that only Stryker Orthopedics can fulfill the specialized requirements due to the nature of the equipment. The contract emphasizes the provision of new Original Equipment Manufacturer (OEM) items, explicitly prohibiting gray market or counterfeit supplies to ensure high standards of service and reliability for critical medical equipment. Interested vendors must submit capability statements by April 30, 2025, detailing their qualifications, including OEM authorization and certified personnel, to Eileen Meyer at eileen.meyer@va.gov.