Maintenance Requirement for Government Owned Becton, Dickinson, and Company Flow Cytometry Equipment
ID: 75N91024Q00024Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH NCIBethesda, MD, 20892, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    Maintenance Requirement for Government Owned Becton, Dickinson, and Company Flow Cytometry Equipment

    The Department of Health and Human Services, specifically the National Institutes of Health, is seeking sources for the maintenance and repair of Becton, Dickinson, and Company Flow Cytometry Equipment. This Sources Sought Notice is for information and planning purposes only and does not constitute a solicitation or obligation on the part of the National Cancer Institute (NCI). The purpose of this notice is to identify qualified business concerns, particularly small businesses, capable of performing the required maintenance and repair work. The NCI intends to determine the appropriate acquisition method based on the responses received, including the possibility of a small business set aside. Interested parties should submit their responses to the Contract Specialist, John Russell, by January 17, 2024. The maintenance and repair work falls under the NAICS code 811210 (Electronic and Precision Equipment Repair and Maintenance) with a suggested size standard of $34.0 million. Please refer to notice number 75N91024Q00024 in all correspondence.

    Point(s) of Contact
    John Russell, Contract Specialist
    John.Russell3@nih.gov
    Files
    Title
    Posted
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    Notice of Intent to Sole Source Preventative Maintenance for Revvity Health Sciences Zephyr G3 and SciClone G3 NGSx workstations
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Revvity Health Sciences, Inc. for preventative maintenance services on a Zephyr G3 workstation and two SciClone G3 NGSx workstations. Revvity Health Sciences, Inc. is uniquely positioned as the manufacturer and sole authorized provider of necessary repair parts for these specialized workstations, which are critical for laboratory operations. The anticipated period of performance for this contract is from March 10, 2026, through March 9, 2028, with interested parties encouraged to submit their interest and capability to respond to the requirement by emailing Denedra Hardy at qfa5@cdc.gov by December 24, 2025.
    Preventive Maintenance Services For Government-Owned Clinical Philips Ingenia Elition 3.0T MRI Scanner
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide preventive maintenance services for a government-owned Philips Ingenia Elition 3.0T MRI scanner. The objective of this procurement is to ensure the optimal functioning and reliability of the MRI scanner, which is critical for various clinical applications and research initiatives within the NIH. This maintenance service is essential for sustaining the operational integrity of the equipment, thereby supporting the health and research missions of the NIH. Interested parties can reach out to John Russell, Contract Specialist, at John.Russell3@nih.gov, or Reyes Rodriguez, Contracting Officer, at reyes.rodriguez@nih.gov for further details regarding this opportunity.
    Notice of Intent to Sole Source a Thermo Orbitrap Fusion Lumos and Thermo RSLCnano UPLC Maintenance Agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Thermo Electron North America LLC for an annual maintenance agreement for a Thermo Orbitrap Fusion Lumos mass spectrometer and a Thermo RSLCnano UPLC system. This procurement is essential as these highly complex instruments require specialized service and maintenance, which can only be provided by Thermo Electron North America due to their proprietary parts and exclusive service capabilities. The anticipated period of performance for this contract is from January 1, 2026, through December 31, 2028, with interested vendors encouraged to submit their interest and capability to respond to the requirement by emailing Denedra Hardy at qfa5@cdc.gov by December 24, 2025.
    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).