Portable Analytical Instruments Maintenance
ID: W9124J-25-Q-THMOType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FDO FT SAM HOUSTONFORT SAM HOUSTON, TX, 78234-1361, 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 Defense, specifically the U.S. Army Medical Center of Excellence (MEDCoE), is seeking sources for a contract to provide extended warranty and maintenance support for Thermo Scientific's First Defender RMX and TruDefender systems. The primary objective of this procurement is to ensure operational readiness of laboratory analyzers used in training programs for military personnel, with the contract structured as a non-personal services agreement that includes a base year and an optional additional year of performance. This maintenance support is critical for the effective functioning of analytical equipment essential for military operations. Interested businesses are encouraged to respond to the Sources Sought Notice by May 6, 2025, and should direct inquiries to Tanisha Bush at tanisha.a.bush.civ@army.mil or Angelic Hatcher at angelic.m.hatcher.civ@mail.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a federal contract for extending warranty and support services for Thermo Scientific's FirstDefender RMX and TruDefender FTX systems, managed by the U.S. Army Medical Center of Excellence (MEDCoE) at Fort Sam Houston, TX. This contract is categorized as a non-personal services contract, where the Contractor is responsible for providing all necessary personnel and services without government oversight. The primary objective is to ensure maintenance support for laboratory analyzers, enabling operational readiness in training programs attended by military personnel. The contract encompasses a base year of performance plus an optional additional year. Offsite maintenance services are a central part of the contract, with the government providing the analytical systems while the Contractor supplies any additional equipment. Definitions of key terms and roles, such as Contractor and Contracting Officer, are clearly specified. The PWS outlines procedural guidelines and the overall scope of services necessary for effective contract management. This document is essential for establishing clear expectations and accountability in servicing critical analytical equipment for government operations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    XRF Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Office of Naval Intelligence, intends to solicit a firm fixed-price contract for maintenance services related to Thermo-Scientific Portable Analytical Instruments Inc.'s Niton XRF equipment. The procurement aims to disable connectivity features such as Camera, Wi-Fi, Bluetooth, and GPS, along with factory calibration following the service completion, with the requirement set for fiscal year 2026. This specialized maintenance is critical for ensuring the operational integrity and security of the analytical instruments used in defense applications. Interested parties may direct inquiries to Doris Coleman at doris.m.coleman6.civ@us.navy.mil, with the understanding that this notice is for informational purposes only and does not constitute a request for competitive quotations.
    Sources Sought Notice to obtain instruments and reagents to perform automated microbial identification and susceptibility testing for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West, is seeking potential sources for instruments and reagents necessary for automated microbial identification and susceptibility testing at the Brooke Army Medical Center (BAMC) in Texas. The procurement aims to fulfill specific requirements for automated mass spectrometry rapid microbiology identification testing, antimicrobial susceptibility testing, and biochemical identification testing, with a base performance period from October 1, 2026, to September 30, 2031. This initiative is critical for maintaining high standards in laboratory services, ensuring rapid and accurate testing capabilities for various microorganisms. Interested vendors must respond to this Sources Sought Notice by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.
    Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source contract to Biomerieux, Inc. for the maintenance of government-owned BacT/ALERT 3D equipment. This procurement aims to ensure the continued operational readiness and reliability of critical medical diagnostic equipment, which plays a vital role in healthcare settings. The contract will be awarded as a firm-fixed-price agreement under the authority of FAR 13.106-1(b)(1), with the North American Industry Classification System (NAICS) code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance. Interested parties may direct inquiries to Bobby Etheridge at bobby.j.etheridge.civ@health.mil; however, this notice is not a request for competitive proposals, and no reimbursement will be provided for information submitted.
    Solicitation Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of an Integrated Immunoassay and Chemistry Analyzer, along with necessary reagents and consumables, for the Lyster Army Health Clinic located in Fort Rucker, Alabama. The contract will operate under a Cost-Per-Reportable-Result pricing model and requires the analyzer to perform a variety of assays, including Hemoglobin A1C and Alanine Aminotransferase, while ensuring compatibility with the DoD laboratory information system MHS Genesis. Proposals must be submitted by January 16, 2026, with all inquiries directed to the primary contact, MEDCOM, at karan.e.quiles.civ@health.mil, or the secondary contact, Fredicinda D. Jones, at fredicinda.d.jones.civ@health.mil. Interested vendors must also comply with stringent cybersecurity requirements as outlined by the Defense Health Agency, ensuring the protection of sensitive data throughout the contract lifecycle.
    Microbial Identification System (MIS)
    Dept Of Defense
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
    Agilent Preventive Maintenance and Service Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance and service repair of Agilent instruments and laboratory equipment. The procurement aims to ensure the operational readiness and reliability of critical laboratory equipment through regular maintenance and timely repairs. This service is vital for maintaining the functionality of instruments used in various defense-related research and operational activities. Interested parties can reach out to Tia Askew at tia.j.askew.civ@army.mil or by phone at 706-791-1821, or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil or 706-791-1831 for further details regarding the opportunity.
    Maintenance support for one (1) year for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking maintenance support for Stryker Operating Room (OR) Integration Systems and Endoscopy Systems at the Naval Medical Center (NMC) San Diego for a duration of one year. This annual full-service contract aims to ensure the operational readiness and reliability of critical medical equipment used in surgical procedures. The maintenance services are vital for maintaining high standards of patient care and operational efficiency within military medical facilities. Interested vendors can reach out to Anthony Giunta at Anthony.Giunta@dla.mil or by phone at 215-737-2126 for further details regarding this opportunity.
    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.
    Sole Source to MA Tech Services Inc. - Spectrometer Maintenance and One Option Year
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking a sole-source contract with MA Tech Services Inc. for the maintenance of spectrometers, including an option for one additional year of service. This procurement is justified as MA Tech Services Inc. is the original manufacturer and the only qualified provider capable of ensuring optimal system performance, thereby preventing costly delays or errors. The contract will adhere to federal acquisition regulations and emphasizes the importance of cybersecurity and compliance with defense-related standards. Interested parties can reach out to Terra Roberts at terra.s.roberts.civ@us.navy.mil or Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil for further details, and all quotes must be submitted by the specified deadline along with required supporting documents.
    J065--SOURCES SOUGHT NOTICE - PREVENATITIVE MAINTENANCE FOR MEDICAL TEST EQUIPMENT WASHINGTON DC VA MEDICAL CENTER 36C24526Q0180
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified vendors to provide preventative and corrective maintenance services for medical test equipment at the Washington DC VA Medical Center. The contractor will be responsible for delivering all necessary labor, personnel, equipment, tools, materials, and supervision to ensure the proper functioning of medical test equipment, adhering to manufacturer recommendations for maintenance and repair. This opportunity is critical for maintaining the operational integrity of medical equipment, which is essential for patient care and safety. Interested vendors must submit their responses by December 29, 2025, at 10:00 AM ET, including relevant business information and capability statements, to the primary contact, Bill Pratt, at Billie.Pratt@va.gov.