Maintenance Agreement for the QuantStudio Flex 7 system
ID: 25-002301Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NCATSRockville, MD, 20850, 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) through its National Center for Advancing Translational Sciences (NCATS), is seeking a contractor to provide a maintenance agreement for the QuantStudio Flex 7, QuantStudio 5, and iBright 1500FL systems utilized in its Toxicology and Functional Genomics labs. The objective of this procurement is to ensure consistent operational functionality of these critical instruments through a comprehensive service agreement that includes annual preventive maintenance, timely repairs, and technical support, all without additional costs for replacement parts and labor. These systems are essential for evaluating toxic compounds and understanding gene function, thereby advancing biomedical research and human health. Interested vendors should contact Brian Lind at brian.lind@nih.gov or call 301-549-8939 for further details, with the performance period for the contract set for one year following the award.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Center for Advancing Translational Sciences (NCATS) is seeking a service agreement for the QuantStudio Flex 7, QuantStudio 5, and iBright 1500FL systems utilized within its Toxicology and Functional Genomics labs. The objective is to ensure consistent operational functionality through a comprehensive coverage agreement that includes an annual preventive maintenance visit, timely repairs, and technical support. The awarded contractor will provide requisite personnel, materials, and facilities to uphold the maintenance services, including all replacement parts and labor without additional costs. Key requirements include a response time for service calls within two business days and an inspection report accompanying maintenance certificates. This initiative aligns with NCATS's mission to advance biomedical research by ensuring the reliability of crucial equipment used for assessing toxic compounds and gene function. The performance period for the contract will be one year following the award. Overall, this procurement action emphasizes the importance of maintaining advanced genomic instruments to facilitate toxicology and genomics research, crucial for human health advancements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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).
    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.
    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.
    Service Contract for ThermoFisher FEI Tecnal T20. Transmission Electron Microscope
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Child Health and Human Development (NICHD), is seeking to award a non-competitive service contract for the ThermoFisher FEI Tecnal T20 Transmission Electron Microscope. This contract is essential for providing continuous expert maintenance, repairs, and software updates to ensure optimal performance and minimize downtime of the specialized microscope. The contract, justified under FAR Part 13-Simplified Acquisition Procedures, is not expected to exceed $250,000 and will cover the period from February 1, 2026, to January 31, 2027. Interested parties are invited to submit capabilities statements to Mr. Michael Falzone at falzoneml@nih.gov by December 26, 2025.
    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.
    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.
    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.