SOURCES SOUGHT: Maintenance and Repair Service for an Automated Liquid Handling System
ID: 75N95025Q00184Type: Sources Sought
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
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 1:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified small businesses to provide maintenance and repair services for a Microlab VANTAGE 1.3 Automated Liquid Handling System utilized by the National Institute on Aging (NIA) for neurodegenerative disease research. The procurement aims to ensure the system's continuous operation through preventative maintenance, repairs, and software updates, with a contract period spanning from June 17, 2025, to June 16, 2029, including options for extensions. This specialized maintenance support is critical for facilitating ongoing research efforts in Alzheimer's and related dementias, adhering to federal regulations and performance standards. Interested parties must submit their capability statements to Rashiid Cummins at rashiid.cummins@nih.gov by April 8, 2025, at 9:00 am Eastern Time.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 2:04 PM UTC
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.
Lifecycle
Title
Type
Similar Opportunities
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
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.
National Institute on Aging Animal Care Support Services
Buyer not available
The National Institute on Aging (NIA), part of the Department of Health and Human Services, is seeking qualified small businesses to provide comprehensive animal care support services for its Intramural Research Program (IRP) focused on aging and related diseases. The contractor will be responsible for a range of services including animal husbandry, veterinary support, technical research assistance, and ensuring compliance with strict animal welfare standards at the Biomedical Research Center (BRC) in Baltimore, Maryland. This opportunity is critical for maintaining the integrity of research data and the humane treatment of laboratory animals, reflecting the NIA's commitment to rigorous scientific standards. Interested parties must submit their capability statements by April 17, 2025, to Emily Palombo at emily.palombo@nih.gov and Karen Mahon at karen.mahon@nih.gov, with a focus on demonstrating their qualifications and compliance with the specified requirements.
NOTICE OF INTENT FOR LABORATORY EQUIPMENT AND SUPPLIES
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Plexon, Inc. for the procurement of laboratory equipment and supplies essential for research purposes. The contract will cover various items including headstages and cables, multi-electrode arrays, acquisition and analysis software, an overhead camera system, and optogenetics systems, all of which are critical for data acquisition and analysis in laboratory settings. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the Contract Specialist, Ms. Van Holley, by 9:00 AM ET on April 18, 2025. Responses must include company details and product specifications, and all contractors must be registered with the System for Award Management (SAM).
Signatures of aging outcomes
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to perform comprehensive immunohistochemistry analysis of 2,184 mice tissue samples as part of a project aimed at building proteomic signatures of aging outcomes. The contractor will be responsible for a full histological analysis, including tasks such as tissue trimming, cassette preparation, paraffin embedding, sectioning, staining, and imaging, with deliverables due within one year from the date of award. This procurement is critical for advancing the understanding of aging through rigorous scientific analysis, and the anticipated contract will be awarded as a firm fixed-price purchase order. Interested parties must submit their proposals by April 22, 2025, at 3:00 PM Eastern Daylight Time, to Rashiid Cummins at Rashiid.Cummins@nih.gov.
Preventative Maintenance Agreement
Buyer not available
Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
BioFire ® FilmArray ® Torch System extended warranty service
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to BioFire Defense, LLC for the extended warranty service of the BioFire® FilmArray® Torch System and associated modules. This procurement aims to secure a Firm-Fixed price purchase order for warranty services essential for the operation of clinical patient care testing equipment used by the Microbiology Service in the Department of Laboratory Medicine. The BioFire® system is critical for the rapid detection of infectious agents, thereby facilitating timely patient treatment, and BioFire Defense is the only vendor capable of providing the necessary warranty for this specialized equipment. Interested vendors may submit capability statements to the primary contact, Kimala Winfield, at kimala.winfield@nih.gov, by the specified deadline, as this opportunity is not open for competitive quotations.
LAB TESTS AND REAGENTS KITS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Illumina, Inc. for the procurement of various Next Generation Sequencing (NGS) reagent kits essential for their laboratory operations. The required items include specific Illumina reagent kits, which are critical for conducting NGS and are exclusively manufactured by Illumina, making them unavailable from other suppliers. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the primary contact, Ms. Van Holley, by 9:00 AM ET on April 17, 2025, with no costs incurred by the government for submissions. Contractors must be registered with the System for Award Management (SAM) to participate in this procurement process.
Equipment Maintenance, and Repair Services for Quantulus Liquid Scintillation Counters & Nucleic Acid Processor
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking to procure equipment maintenance and repair services for Quantulus Liquid Scintillation Counters and Nucleic Acid Processors on a sole source basis with Revvity, Incorporated. The contract will cover annual preventive maintenance, repair services, parts replacement, and one emergency visit per year for specific models of PerkinElmer Quantulus GCT and Chemagic Nucleic Acid Processors, with a term of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in health care administration and public health research. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to Monica Perez at monica.c.perez3.civ@health.mil, detailing their qualifications and ability to meet the specified requirements.
Notice of Intent to Sole Source – Dynamic Systems Inc.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Dynamic Systems Inc. for Oracle hardware and software maintenance and support. This procurement is critical for maintaining the functionality of the NIH Clinical Center's existing Sun Server environment, which hosts essential systems, applications, and databases vital to hospital operations. The contract will be awarded under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the proprietary nature of Oracle products, which are deemed necessary for the Clinical Center's needs. Interested parties may submit their capabilities and interest to Kristin Nagashima, Contract Specialist, via email by April 15, 2025, at 6 PM EST.
Fire System and Suppression Maintenance and Repair Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors to provide Fire System and Suppression Maintenance and Repair Services at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The selected contractor will be responsible for preventive maintenance, emergency repairs, and inspections of the government-owned SimplexGrinnell fire annunciator system and associated fire suppression systems, ensuring compliance with safety standards and operational readiness. This contract is crucial for maintaining effective fire safety measures within government facilities and spans from September 30, 2025, to September 29, 2026, with options for four annual extensions based on performance. Interested parties can contact Andrew Gathogo at andrew.gathogo@nih.gov or by phone at 984-287-4386 for further details.