Calibration and Technical Support Services for SEAHAFL Temperature Monitoring Sensors
ID: HFP-OLOAS-25-C-0073Type: Special Notice
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, through the Food and Drug Administration (FDA), is seeking to negotiate a sole source contract with MESA LABORATORIES, INC. for Calibration and Technical Support Services related to SEAHAFL temperature monitoring sensors. The contract will encompass annual calibration services for government-owned VPx temperature and humidity sensors, as well as DataTrace and MPRF datalogger sensors, alongside technical support for diagnostics and potential repairs of temperature monitoring devices. These services are critical for maintaining regulatory compliance and operational integrity of equipment such as refrigerators, freezers, and incubators, adhering to ISO/IEC 17025 standards for calibration documentation. Interested vendors must submit their proposals by March 18, 2025, and registration in the System for Award Management (SAM) is required for participation. For further inquiries, vendors can contact Andrea Howard at andrea.howard1@fda.hhs.gov or by phone at 240-402-7197.

    Point(s) of Contact
    Files
    Title
    Posted
    The Food and Drug Administration (FDA) plans to negotiate a sole source contract with MESA LABORATORIES, INC. for Calibration and Maintenance Support Services pertinent to the SEAHAFL. This contract involves annual calibration services for government-owned VPx temperature/humidity sensors and DataTrace/MPRF datalogger sensors, along with technical support for the diagnostics and potential repairs of temperature monitoring devices. The services must adhere to ISO/IEC 17025 standards, with documentation on compliant certificates. The agreement requires specific calibration timelines for sensors, ensuring operational continuity and adherence to manufacturer specifications. The contract period spans from April 1, 2025, to March 31, 2030, covering base and option years. This notice serves as a sole source intention and invites interested vendors, with submissions due by March 18, 2025. Registration in the System for Award Management (SAM) is required for participation. The FDA retains discretion regarding competitive procurement decisions without obligation to respond to inquiries. The announcement highlights the critical nature of maintaining regulatory equipment, ensuring strict compliance with technical and legal standards throughout the calibration process.
    Similar Opportunities
    Solicitation 75H70725Q00054 -Annual Support Calibration Services for Zuni Comprehensive Community Health Center
    Buyer not available
    The Department of Health and Human Services, through the Indian Health Service, is soliciting proposals for annual support calibration services for temperature monitoring systems at the Zuni Comprehensive Community Health Center in New Mexico. The procurement aims to secure calibrated probes essential for maintaining compliance with federal regulations regarding the storage of critical medical supplies. This opportunity is particularly significant as it supports healthcare operations within the community, ensuring the reliability of temperature-sensitive medical equipment. Interested vendors must submit their proposals by March 14, 2025, and can direct inquiries to Shannon Eldridge-Shorty at shannon.eldridge-shorty@ihs.gov or call 505-256-6768.
    Jefferson Laboratories On-Site Laboratory Equipment Maintenance, Repair, and Fabrication Services
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking small businesses capable of providing on-site laboratory equipment maintenance, repair, and fabrication services for the National Center for Toxicological Research (NCTR) located in Jefferson, Arkansas. The procurement aims to ensure the operational readiness of critical scientific equipment essential for ongoing research and testing, with the contract expected to span a base year plus four optional years. Interested vendors are required to submit a capability statement detailing their qualifications and relevant experience by March 24, 2025, and should refrain from including proprietary information. For further inquiries, potential bidders can contact Suzanne Martella at suzanne.martella@fda.hhs.gov or by phone at 870-543-7540.
    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.
    Acquisition of a Service Contract for Thermo Lumos Mass Spectrometer
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a non-competitive service contract for the maintenance of a Thermo Lumos Mass Spectrometer. This procurement, classified under NAICS code 811210, aims to ensure uninterrupted analytical support for the National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) research, as the complexity of the spectrometer requires specialized technicians from Thermo Electron North America LLC. The contract will be effective for three years and includes key tasks such as emergency technical support and scheduled preventive maintenance. Interested parties may respond with their capabilities by the deadline of March 24, 2024, although this announcement is not a request for competitive proposals. For further inquiries, contact Amber Harris at amber.harris@nih.gov.
    Environmental Monitoring Technical and Maintenance Services
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for Environmental Monitoring Technical and Maintenance Services to Rees Scientific Corporation. This contract will provide essential maintenance services, including annual system revalidation and technical support for a government-owned environmental monitoring system with 1,200 inputs across seven management nodes, ensuring compliance with healthcare quality standards. The contract is crucial for maintaining operational efficiency and safety at the Walter Reed National Military Medical Center in Bethesda, Maryland, with an estimated performance period from May 1, 2025, to April 30, 2030. Interested parties must express their capabilities by March 21, 2025, via email to Judith S. Meynard and Erica S. Oh, as this notice is not a request for competitive proposals.
    MAINTENANCE AGREEMENT ON BC T100 PROCESSING UNIT
    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), intends to negotiate a sole-source contract for a 12-month maintenance agreement on a BC T200 Processing Unit with Global Life Sciences Solutions USA LLC. The procurement requires comprehensive service, including two planned preventive maintenance visits, priority response for repairs, and access to certified service engineers, ensuring the equipment operates effectively in a multi-user environment reliant on precise results. Interested vendors capable of meeting these requirements must submit a capability statement by 10:00 AM EST on March 20, 2025, via the NIAID electronic Simplified Acquisition Submission System (eSASS), with all necessary documentation and manufacturer certification included. For further inquiries, vendors may contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.
    PRIMO Software Licensing
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified small businesses to provide PRIMO Software Licensing and Maintenance Support Services. The procurement involves supplying 21 PRIMO software licenses for a base year, with two additional option years, to ensure the continuous operation of the FDA's CFSAN CAEMS system. This software is crucial for pharmacovigilance and regulatory compliance, enhancing the FDA's capabilities in monitoring food safety. Interested parties must submit their quotes by August 26, 2024, and are encouraged to contact Roosevelt Walker at roosevelt.walker@fda.hhs.gov for further details. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with federal acquisition regulations and accessibility standards.
    FLUKE Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified vendors to provide multi-year calibration and repair services for Fluke electronic equipment used by the U.S. Army Test, Measurement, and Diagnostic Equipment Activity (USATA). The contract will support the calibration of over 842,000 instruments across 47 locations, ensuring that measurements are traceable to recognized standards and comply with stringent requirements, including ISO 17025 certifications and proper documentation of all actions. This opportunity is critical for maintaining the functionality and accuracy of military equipment, emphasizing adherence to safety and traceability standards throughout the calibration and repair process. Interested vendors are encouraged to submit white papers detailing their capabilities by March 21, 2025, to the designated contacts, Taylor Siskoff and Portia Sampson, via email.
    SERVICE AGREEMENT FOR REESE ELECTRONIC MONITORING SOFTWARE
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the Reese Electronic Monitoring Software. This procurement aims to secure maintenance and repair services for electronic and precision equipment, which are critical for the NIH's operational efficiency and research capabilities. The services will be performed in Hamilton, Montana, and are categorized under the NAICS code 811210, focusing on the maintenance and repair of laboratory instruments and equipment. Interested vendors can reach out to Maliaka Pinkney at maliaka.pinkney@nih.gov or call 240-669-5308, or contact Jesse Weidow at weidowjd@niaid.nih.gov or 406-375-9783 for further details.
    CDC DFWED NARST Sensititre Supplies
    Buyer not available
    The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititre™ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.