Preventive Maintenance Service for One Sony MA900 Cell Sorter
ID: 75N91025Q00034Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH NCIBethesda, 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 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 2, 2025, 4:00 PM UTC
Description

The Department of Health and Human Services, through the National Institutes of Health (NIH) and the National Cancer Institute (NCI), is seeking to procure preventive maintenance services for a Sony MA900 Cell Sorter from Sony Biotechnology Inc. This sole-source contract will ensure that the critical maintenance services required for this essential laboratory equipment are performed by OEM-trained technicians, who have exclusive access to proprietary parts and software necessary for its operation. The Sony MA900 cell sorter is integral to ongoing cancer research at the Center for Immuno-Oncology, and timely maintenance is vital for maintaining operational efficiency in clinical trials. Interested parties, particularly small businesses that believe they can meet the requirements, may submit proposals by April 2, 2025, to Contract Specialist David Romley at David.Romley@nih.gov, referencing solicitation number 75N91025Q00034.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 4:05 PM UTC
The National Institutes of Health (NIH), specifically the National Cancer Institute (NCI), is seeking to procure preventive maintenance for a Sony MA900 Cell Sorter through a sole-source contract with Sony Biotechnology Inc. This decision is due to the critical nature of the equipment, which is essential for ongoing cancer research involving immunotherapies. Maintenance can only be performed by OEM-trained technicians from Sony, who have exclusive access to proprietary parts and software necessary for the operation and repair of the cell sorter. The procurement is classified under FAR Part 12 for commercial items and exempt from competitive bidding under FAR Part 6. Interested small businesses are invited to submit proposals if they believe they can meet the requirements, although the government retains the discretion not to pursue competitive offers. All communications must reference the solicitation number 75N91025Q00034 and are due by April 2, 2025. This acquisition underscores the importance of specialized services in maintaining critical research infrastructure within the medical field.
Mar 26, 2025, 4:05 PM UTC
The Statement of Work details the requirement for preventive maintenance services for a Sony MA900 Cell Sorter used by the Center for Immuno-Oncology at the NIH. The contractor must supply all labor, materials, and equipment for on-site maintenance, ensuring compliance with OEM standards. Services include an annual preventive maintenance visit, emergency repair services during business hours, provision of replacement parts, software updates, and unlimited technical support, all at no additional cost to the government. The contract spans a base year and four optional renewal periods, performed at the NIH campus in Bethesda, MD. Contractors are required to report on services rendered within specified timelines, and must employ technically qualified, factory-trained individuals for equipment servicing. The document also outlines payment procedures, emphasizing quarterly payments in arrears, and mandates adherence to Section 508 accessibility standards for deliverables, ensuring all materials are accessible to persons with disabilities. This document serves to establish contractual expectations and deliverables in alignment with NIH research needs, underscoring the government's commitment to maintaining operational efficiency in cancer research settings.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Notice of Intent to Sole Source – Philips Healthcare
Buyer not available
The National Institutes of Health (NIH) intends to award a sole source contract to Philips North America for maintenance services related to the Philips Ultrasound Epiq7 systems at the NIH Clinical Center in Bethesda, Maryland. The procurement involves a fixed price purchase order for a comprehensive service agreement that includes telephone and on-site support, software upgrades, and discounted replacement parts for the highly specialized echocardiography imaging systems. This acquisition is critical as Philips is the only authorized provider capable of delivering the necessary technical support and maintenance due to the proprietary nature of the equipment. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by April 15, 2025, at 6 PM EST.
Notice of Intent to Sole Source – Thermo Eberline
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 Thermo Eberline for the provision of services and maintenance for existing radiation detection equipment at the NIH Clinical Center in Bethesda, Maryland. The procurement involves maintenance for three Thermo Eberline FHT 3511 PET Stack Monitors and one FHT-59 PING radiation detector, which are critical for monitoring exhaust emissions from several facilities. This acquisition is being conducted under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the unique capabilities of Thermo Eberline as the only manufacturer of the required equipment. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by April 17, 2025, at 12 PM EST.
NOTICE OF INTENT SOLE SOURCE AWARD
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 Hamamatsu for the procurement of a Photosensor Module with PMT and Power supply. This contract is not open for competitive proposals; however, potential suppliers who believe they can meet the requirements are encouraged to submit a capability package detailing their offerings. The goods are critical for laboratory applications, aligning with the NIH's mission to advance health research. Interested parties must submit their capability packages to Ms. Van Holley at holleyv@od.nih.gov by 9:00 AM ET on April 15, 2025, and must be registered with the System for Award Management (SAM).
MAINTENANCE SERVICES FOR THERMOFISHER MANUFACTURED CENTRIFUGES & INCUBATORS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), is seeking maintenance services for 23 incubators and 16 centrifuges located in Bethesda, Maryland. The procurement requires priority onsite repair during business hours, annual preventive maintenance, rapid response for corrective repairs, and unlimited phone and email support, emphasizing the critical role of these laboratory instruments in health research. Interested vendors must provide OEM authorization to deliver these services and be registered in the System for Award Management (SAM), with quotes due by April 10, 2025, under solicitation number RFQ-NIAID-25-2257534. For further inquiries, vendors can contact Leah Hinson at leah.hinson@nih.gov.
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.
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.
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.
J065--Biomerieux Vitek MS Equipment Maintenance Intent to Sole Source For Louis Stokes Cleveland VA Medical Center
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 10, intends to negotiate a sole source Firm-Fixed Price Contract with Biomerieux, Inc. for the maintenance of Biomerieux Vitek MS equipment at the Louis Stokes Cleveland VA Medical Center. This procurement is based on the belief that Biomerieux is uniquely qualified to meet the specific maintenance requirements for this specialized medical equipment. The service agreement is critical for ensuring the operational efficiency of the equipment used in the facility, which plays a vital role in patient care. Interested contractors may submit a capabilities statement by April 17, 2025, at 10:00 a.m. Eastern Time to Sara Wood, Contract Specialist, via email at sara.wood1@va.gov, although this notice does not constitute a request for competitive proposals.
Notice of Intent to Sole Source: Preventive Maintenance for Grifols Procleix Panther System at U.S. Naval Hospital Okinawa
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source contract to Grifols Diagnostic Solutions Inc. for preventive maintenance services of the Procleix Panther Nucleic Acid Test system at the United States Naval Hospital Okinawa, Japan. The contract will encompass comprehensive preventive maintenance, inspection, calibration, and system upgrades to ensure the equipment meets all manufacturer specifications and regulatory requirements, with services performed by authorized personnel due to the proprietary nature of the system. This specialized equipment is crucial for high-throughput blood and plasma screening, supporting public health initiatives in the Indo-Pacific region. Interested parties may submit capability statements to Adrian Nerida at adrian.m.nerida.civ@health.mil by 8:30 AM Pacific Daylight Time on April 16, 2025, as this opportunity is not open for competitive proposals.
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
Buyer not available
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.