Maintenance and Repair Service for an Automated Liquid Handling System
ID: 75N95025Q00184Type: Combined Synopsis/Solicitation
AwardedMay 6, 2025
$124.1K$124,135
AwardeeHAMILTON COMPANY Reno NV 89502 USA
Award #:75N95025P00267
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, 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 National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for a Hamilton Microlab VANTAGE 1.3 Automated Liquid Handling System, which is crucial for ongoing research on neurodegenerative diseases at the National Institute on Aging. The contract will cover preventative maintenance, repairs, and software updates to ensure the system's optimal functionality, with a performance period from June 17, 2025, to June 16, 2029, including options for extensions. This system plays a vital role in supporting research efforts related to Alzheimer's disease and related dementias, underscoring the importance of reliable maintenance services. Interested vendors must submit their quotations by May 1, 2025, at 9:00 AM EDT, and can direct inquiries to Rashiid Cummins at rashiid.cummins@nih.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the representations and prohibitions concerning covered telecommunications equipment or services for entities bidding on federal contracts. Specifically, it stipulates that offerors must disclose whether they provide or use such equipment or services as part of their proposals, as mandated by Sections 889(a)(1)(A) and 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. These sections prevent executive agencies from procuring or renewing contracts involving substantial use of covered telecommunications technologies, which are linked to national security concerns. The offerors are required to review the System for Award Management (SAM) for exclusions and provide detailed information—including the identity of manufacturers, descriptions of the equipment, and explanations of usage—if they affirm the presence of covered technologies. This document serves as critical compliance guidance to ensure that federal contracts do not involve telecommunications systems that could pose security risks, thus reinforcing government efforts to protect sensitive information and infrastructure.
    The provision 52.204-26 outlines guidelines regarding covered telecommunications equipment and services in the context of federal contracts. It mandates that Offerors review the System for Award Management (SAM) for entities excluded from federal awards due to these telecommunications services. Offerors must represent whether they provide or use any covered telecommunications equipment or services, based on a "reasonable inquiry." The representation includes confirmation of compliance with established safety and integrity standards concerning telecommunications equipment in federal procurements. This provision is essential for ensuring that federal contracts do not engage with vendors supplying material that could compromise security, thereby protecting the interests of the government in its contracting activities. The document also includes a certification section for the authorized individual of the Offeror to sign, affirming the accuracy of the representation.
    The document outlines addenda to the Federal Acquisition Regulation (FAR) clause 52.212-4 regarding terms and conditions for commercial items. It establishes an order of precedence to resolve inconsistencies within contracts, prioritizing the schedule of supplies/services, commercial supplier agreements, and various regulatory clauses. Key provisions define "commercial supplier agreements" and stipulate how they are to interact with U.S. Government contracts. Notable clauses address the authority of federal law, dispute resolution mechanisms, the terms of continued performance, updates to agreement terms, and audit permissions. Additionally, it emphasizes that any non-binding clauses requiring specific state laws or dispute resolution forums are invalid. The document serves to clarify contractual obligations and protections for the U.S. Government when entering into contracts with commercial suppliers, ultimately ensuring compliance with federal law while maintaining the integrity of supplier agreements within the government procurement framework.
    The document outlines the required compliance clauses for contractors in government contracts, emphasizing adherence to various Federal Acquisition Regulation (FAR) clauses aimed at implementing laws and executive orders applicable to commercial item acquisitions. Key provisions include restrictions on subcontractor sales, contractor business ethics, whistleblower protection, executive compensation reporting, and requirements for small business participation. The clauses also address compliance related to federal supply chain security, prohibitions on contracting with certain entities (including those linked to foreign influence), and various labor law standards related to service contracts. Additionally, the document highlights the importance of reporting mechanisms and establishes guidelines for payment practices. Overall, it serves to ensure that contractors understand their obligations in upholding ethical, legal, and social responsibilities in federal procurements, fostering equitable practices in government contracting and promoting the involvement of small businesses.
    The document outlines the Invoice and Payment Provisions for federal contracts, particularly focusing on requirements set by the National Institutes of Health (NIH) regarding the submission and processing of invoices. Key stipulations include the necessary components of a proper invoice, such as vendor information, unique identifiers, and compliance with federal regulations on payments. It stipulates a 30-day payment window after receipt of a valid invoice or government acceptance of services, with accelerated payments mandated for small business subcontractors within 15 days under certain conditions. Additionally, interest penalties apply if payments are delayed, in line with the Prompt Payment Act. The document emphasizes the need for electronic submission of payment requests via the Department of Treasury's Invoice Processing Platform, detailing exceptions for alternate submission procedures. This framework ensures timely compensation for services rendered and compliance with federal contracting standards, ultimately fostering efficient financial interactions between contractors and the government.
    The document outlines a federal government Request for Proposal (RFP) for the maintenance and repair services of a Hamilton VANTAGE 1.3 Automated Liquid Handling System, utilized by the National Institute on Aging for neurodegenerative disease research. The scope includes providing trained Hamilton technicians to perform preventative maintenance, repairs, and software updates, ensuring the system's continuous operation. The contract spans from June 17, 2025, to June 16, 2029, with designated periods for optional extensions. The contractor will be responsible for maintaining service reports and must respond to repair requests promptly. The government will provide necessary workspace for on-site services. The document emphasizes compliance with Section 508 requirements related to electronic and information technology standards. Overall, it highlights the critical need for specialized maintenance support to facilitate ongoing research efforts in Alzheimer's and related dementias, ensuring adherence to federal regulations and performance standards.
    Similar Opportunities
    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.
    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.
    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.
    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.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    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.
    Lab Water Purification
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    NIH COGEN Maintenance and Repair
    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 for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.