Jefferson Laboratories On-Site Laboratory Equipment Maintenance, Repair, and Fabrication Services
ID: 75F40125R126822Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, 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 Food and Drug Administration (FDA), is seeking proposals for on-site laboratory equipment maintenance, repair, and fabrication services at the National Center for Toxicological Research (NCTR) in Jefferson, Arkansas. The selected contractor will be responsible for maintaining and repairing a variety of laboratory instruments, ensuring compliance with safety protocols and standard operating procedures, while also providing preventive maintenance and troubleshooting services. This contract is critical for supporting ongoing toxicological research, as much of the equipment requires specialized maintenance not covered by manufacturer warranties. Interested parties must submit their proposals by May 9, 2025, at 3 PM Central Time, and can direct inquiries to Suzanne Martella at suzanne.martella@fda.hhs.gov or by phone at 870-543-7540.

    Point(s) of Contact
    Suzanne Martella
    (870) 543-7540
    (870) 543-7990
    suzanne.martella@fda.hhs.gov
    Files
    Title
    Posted
    The document addresses queries related to solicitation 75F40125R126822, specifically about equipment maintenance and Full-Time Equivalent (FTE) calculations within a federal grant context. In response to queries, the government emphasizes that all items listed in the equipment maintenance scope, including seemingly minor items like a French Press and Knife Sharpener, must be included in proposals. Partial bids will not be considered. Additionally, regarding the FTE equivalent hours, the government clarifies their calculation of 1,912 hours, derived by subtracting federal holidays from the total annual hours (2,080). This figure is intended to inform bidders of expected staffing levels. Overall, this document is pivotal for ensuring respondents understand the detailed requirements for proposal submissions, emphasizing adherence to defined scopes and clarity in workload expectations for prospective contractors participating in federal solicitation processes. The responses reflect a commitment to budgetary prudence and operational clarity in government contracting.
    The FDA Solicitation No. 75F40125R126822 outlines a requirement for on-site laboratory equipment maintenance, repair, and fabrication services at the National Center for Toxicological Research (NCTR) in Jefferson, Arkansas. A single firm fixed-price contract will be awarded, covering a base year and four one-year options. The contract emphasizes electronic invoicing through the Treasury's Invoice Processing Platform, adherence to strict payment terms, and submission of detailed invoices. The contractor must comply with federal regulations concerning personnel security, including background checks for employees who access government spaces and sensitive information. The document also mandates insurance coverage, safety protocols, and waste reduction efforts. Key provisions include requirements for reporting matters of fraud or abuse, compliance with tobacco-free policies, and protection of non-public data. The solicitation emphasizes that services rendered are non-personal, ensuring a clear distinction between contractor and government responsibilities. Overall, the document serves as a framework for contracting procedures and expectations related to crucial laboratory support services for the FDA.
    The Performance Work Statement (PWS) outlines the requirements for on-site laboratory equipment maintenance, repair, and fabrication services for the National Center for Toxicological Research (NCTR) at Jefferson Labs, FDA. NCTR conducts significant toxicological research and requires ongoing maintenance of specific scientific equipment, much of which is not covered under manufacturer's warranties. The contractor selected will need to supply trained personnel capable of maintaining and repairing diverse lab instruments while adhering to standard operating procedures and safety guidelines. Key responsibilities include preventive maintenance, troubleshooting, software maintenance, and the design of specialized equipment. The contractor must utilize the automated ISSWOR system for tracking work orders, reporting task progress, and maintaining compliance with quality control standards. Monthly reports detailing activities and incident statistics are required, along with an annual safety report. Government Furnished Property includes facilities and supplies necessary for operations, and contractors must follow specific protocols for health and safety within the working environment. This project reflects the federal government's commitment to maintaining high standards of research utility and safety in laboratory settings.
    The document outlines a pricing worksheet for a government proposal concerning onsite labor at Jefferson Labs. It specifies various roles (e.g., Position 1, Position 2, Position 3) for the transition period, base year, and four subsequent option years, although all labor costs are reported as zero. The worksheet indicates the calculation of labor costs based on Full-Time Equivalent (FTE) hours, which equate to 1,912 hours per FTE, including details about general and administrative (G&A) expenses, overhead, and profit margins for each period. Furthermore, it notes that subcontractors will receive hourly rates comparable to those of the prime contractor. Additionally, the document includes a section to classify personnel under the Service Contract Labor Standards (SCLS), identifying those as either exempt or non-exempt. This pricing structure is essential for organizations responding to federal RFPs and grants, ensuring compliance and providing a clear framework for labor cost estimation and resource allocation.
    The document pertains to various federal and state government procurement and grant opportunities, detailing requirements for proposals and grants related to unspecified programs. The focus seems to be on soliciting bids or proposals from contractors to deliver certain goods or services, including regulations that must be adhered to during the bidding process. Key components include eligibility criteria, submission timelines, and technical specifications that contractors must meet in their submissions. The document emphasizes how proposals should effectively address needs while demonstrating compliance with local and federal guidelines. Additionally, it highlights the importance of clear communication and documentation throughout the process, ensuring all parties understand the expectations and deliverables associated with the RFPs and grants. This summary captures the essence of a broad range of governmental contracting processes, reinforcing the vital role of thoroughness, clarity, and adherence to established regulations in obtaining government-funding and contractual approval.
    The FDA Form 3398 is a Contractor's Commitment to Protect Non-Public Information (NPI) Agreement that outlines the responsibilities of individuals requiring access to sensitive FDA information as part of their official duties. By signing this agreement, contractors commit to safeguarding NPI in compliance with several statutory provisions (21 U.S.C. § 331(j), 21 U.S.C. § 360(j), 18 U.S.C. § 1905), agreeing not to disclose or publish any NPI. Key responsibilities include securely storing NPI, restricting access to authorized personnel only, returning all NPI upon contract completion or upon request, and reporting any unauthorized access incidents. The agreement stresses the legal consequences for violations, highlighting the importance of protecting confidential FDA information. This form is essential in the context of federal contracts and grants, ensuring compliance and safeguarding sensitive health-related data while promoting accountability among contractors.
    The document is a Past Performance Evaluation Questionnaire related to Solicitation Number 75F40125R126822. It is designed for evaluating contractors' past performance on previously completed contracts. The questionnaire requires the contractor (offeror) to provide detailed information, including the contract number, type, performance period, scope of work, and its relevance to the new requirement. It also prompts the client to evaluate the contractor on several performance criteria, such as Quality of Product or Service, Schedule, Cost Control, and more, using a rating scale from Exceptional to Unsatisfactory. Key components include a description of any issues encountered during project execution, how they were resolved, and the contractor's role (prime or subcontractor). The ratings must be justified with supporting narratives detailing both successes and shortcomings, emphasizing the contractor's impact on the government. Additionally, clients are asked whether they would engage the contractor again, providing insights into customer satisfaction. This questionnaire serves as a critical tool in assessing contractors' reliability and competency in fulfilling governmental projects, ultimately informing decisions on future procurements and contracts. The format ensures that evaluations are systematic and comprehensive, aligning with the overall objectives of federal and local government procurement processes.
    The document outlines a client letter associated with Solicitation Number 75F40125R126822 from the Food and Drug Administration (FDA) regarding on-site laboratory equipment maintenance, repair, and fabrication services. It emphasizes the importance of past performance in the selection process and requires that clients of responding entities be identified and participate in the evaluation by completing a Past Performance Evaluation Questionnaire. Clients are instructed to return the completed questionnaire via email to the FDA by the specified deadline. Additionally, contact information for the FDA Contract Specialist is provided for any inquiries. This correspondence highlights the formalities essential for compliance in government contracting processes, particularly in the context of federal solicitations.
    This document outlines the continuous service dates of current employees covered under the Service Contract Act (SCA) for a government contract. It specifically mentions four positions: Field Engineer, Engineering Technician IV, Project Manager/Lead Technician, and Engineering Technician VI, detailing their seniority dates. The SCA stipulates that vacation entitlements are determined by length of continuous service, with two weeks of paid vacation after one year and three weeks after ten years. Continuous service includes employment durations with the present contractor, any successors, or predecessor contractors at the same Federal facility. The guidance is based on regulatory requirements outlined in 29 CFR 4.173. The context of this document relates to compliance standards for federal contracts, ensuring that contractors uphold employee benefits effectively under the SCA.
    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.
    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.
    Irradiated Rodent Feed
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for the procurement of Certified and Irradiated Rodent Diet Feed NIH-07 and NTP-2000, along with Assay Analysis, under the combined synopsis/solicitation 76F40125Q132188. This opportunity is set aside for small businesses and requires adherence to specific technical standards regarding feed irradiation, contaminant analysis, nutritional content, and facility sanitation, as outlined in the solicitation documents. The goods are essential for research purposes at the National Center for Toxicological Research (NCTR) and will be procured through a Single Award Indefinite Delivery, Indefinite Quantity (ID/IQ) contract with a guaranteed minimum of $5,000 and an estimated maximum of $350,000 over a five-year ordering period. Proposals are due by December 22, 2025, at 1:00 PM Central Time, and interested parties can contact Howard Nesmith at howard.nesmith@fda.hhs.gov or by phone at 870-543-7459 for further information.
    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.
    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.
    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.
    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.
    Preventative Maintenance For Two FOSS NIRS DS2500 and One FOSS Infratec NOVA
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for preventative maintenance services for two FOSS NIRS DS2500 instruments and one FOSS Infratec NOVA instrument over a 12-month period. The objective is to ensure the proper functioning and accuracy of these critical analytical tools, which are essential for monitoring and validating Near Infrared Reflectance (NIR) calibrations. The contract will be awarded based on the lowest price technically acceptable offer, with all responsible sources encouraged to submit their quotations by the deadline of December 12, 2025, at 5:00 PM Mountain Time. Interested parties can direct inquiries to Amber Sampson at amber.sampson@usda.gov or by phone at 970-851-3730.
    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.
    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.