Preventative Maintenance service agreement for a ImageXpress Confocal HT.ai High-Content Imaging System
ID: NOI_CFSAN-2024-123767Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

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

    The U.S. Food and Drug Administration (FDA) is seeking to award a federal contract for a preventative maintenance service agreement regarding the ImageXpress Confocal HT.ai High-Content Imaging System. This equipment is crucial for the Center for Food Safety and Applied Nutrition (CFSAN).

    The FDA intends to award the contract to Molecular Devices LLC, the equipment's original manufacturer, due to their proprietary access to parts, software, and certified technicians. However, the agency is legally required to explore potential alternatives.

    The scope of work involves a 12-month service agreement with three 12-month optional extensions. The successful awardee will ensure the maintenance and repair of the imaging system and must be able to connect and interface with existing FDA systems.

    To be considered, applicants must register on the System for Award Management (SAM.gov) and provide the following business information: Unique Entity Identification (UEI) Number, company name and address, primary contact details, and their SAM.gov validated company type. Responses must be submitted to the Contract Specialist, Iris Johnson, by 12:00 PM EST on Friday, August 2, 2024, via email.

    Eligible applicants should be able to demonstrate their ability to meet the FDA's requirements and provide compatible services. The agency will evaluate responses based on the completeness and capability to meet their needs.

    For any clarification or further details, interested parties can contact Iris Johnson at Iris.Johnson1@fda.hhs.gov or Sheneil Green at Sheneil.Green@fda.hhs.gov.

    Files
    No associated files provided.
    Similar Opportunities
    Repair of and preventative maintenance of Gel Permeation Chromatography (GPC)
    Active
    Health And Human Services, Department Of
    The U.S. Food and Drug Administration (FDA) intends to award a sole-source firm fixed price purchase order to Waters Technologies Corporation for the repair and preventative maintenance of a Waters Gel Permeation Chromatography (GPC) System. This procurement includes a 12-month base period with two additional 12-month options, as Waters is the original equipment manufacturer (OEM) and the only source with the necessary factory-trained technicians and access to OEM parts and proprietary software required for servicing the GPC System. The maintenance of this critical laboratory equipment is essential for the FDA's operations, ensuring compliance and functionality in their analytical processes. Interested parties capable of meeting these requirements must submit their responses, including specific business information, to the primary contact, Iris Johnson, by 12:00 PM EST on September 13, 2024, and must be registered in SAM.gov to be considered.
    Notice of Intent to Limiting sources for Preventative Maintenance and Qualification Service) for Thermo Q-Exactive Mass Spectrometer
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), intends to award a contract for preventative maintenance and qualification services for the Thermo Q-Exactive Mass Spectrometer System exclusively to Thermo Electron North America LLC. This procurement is necessitated by the highly specialized nature of the services required, which can only be provided by the original equipment manufacturer (OEM), Thermo Electron, due to their unique capability to supply validated OEM parts and trained technicians. The maintenance and qualification services are critical for ensuring the system's compliance with ISO/IEC 17025 accreditation standards. Interested parties may submit capability statements by 3:00 p.m. EST on September 10, 2024, to Elena Tatarov at elena.tatarov@fda.hhs.gov, with an anticipated award decision expected within fifteen days following the closing date. The procurement falls under NAICS Code 541990, which encompasses all other professional, scientific, and technical services.
    Software License and Device Warranty for Two Nanopore GridION Instruments
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking to procure a Software License and Device Warranty for two Nanopore GridION instruments. This acquisition aims to support the FDA's Next Generation Sequencing (NGS) initiatives, which are critical for genomic data collection and analysis related to foodborne pathogens and beneficial microbes. The instruments will be maintained through software and hardware updates, remote troubleshooting, and a return and replace policy for faulty devices, ensuring optimal performance for researchers in the Office of Applied Research and Safety Assessment. The total cost for the one-year warranty and license renewal is $25,000, with a performance period from September 28, 2024, to September 27, 2025, and an option for three additional years, subject to funding. Interested parties should contact Raphael Hall at raphael.hall@fda.hhs.gov or James O'Keefe III at james.okeefeiii@fda.hhs.gov, with proposals due by September 12, 2024, at 11:59 PM Eastern Standard Time.
    Irvine Vacuum Pump Replacement
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for the replacement of an obsolete vacuum pump system at its Los Angeles District Office and Pacific Southwest Food and Feed Laboratory in Irvine, California. The project requires the installation of a new vacuum pump system that adheres to NIH Design Requirements and includes N+1 system redundancy to mitigate risks associated with the current system's obsolescence. This procurement is critical for maintaining operational efficiency and safety in laboratory environments, ensuring that the FDA can continue its vital work in food and drug safety. Interested contractors must attend a mandatory site visit on September 5, 2024, submit questions by September 9, 2024, and deliver proposals by September 18, 2024, with all submissions directed to Sheneil Green at Sheneil.Green@fda.hhs.gov. The contract will be awarded based on a firm fixed price, and compliance with federal regulations is required throughout the process.
    DNA SEQUENCING SYSTEM MAINTENANCE SUPPORT AGREEMENTS
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for maintenance support agreements related to the Illumina MiSeq FGx DNA Sequencing System and its associated Data Analysis Server. The procurement aims to renew a Full Service Agreement and a Standard Service Agreement with Qiagen LLC, the only authorized service provider with certified engineers and OEM parts for this equipment. This maintenance support is crucial for ensuring the operational integrity and reliability of the DNA sequencing system, which plays a significant role in various scientific and research applications. Interested parties may express their interest and capability by contacting Randy E. Schroyer via email by 5:00 PM EST on September 10, 2024, as no formal solicitation package will be issued.
    MIoBS ELISA Test Kits
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking proposals for the procurement of MIoBS ELISA Test Kits, which are critical for detecting undeclared food allergens and gluten. The contract requires the vendor to supply up to seven test kits quarterly, ensuring that the kits are sourced from multiple lots to maintain maximum shelf life and minimize variability. These test kits are essential for the FDA's efforts to uphold food safety standards as mandated by the Food Allergen Consumer Protection Act of 2004 and the Gluten-Free Regulation of 2013. Interested vendors must submit their quotes by 4:30 PM EDT on September 6, 2024, to Joshua Reid at joshua.reid@fda.hhs.gov, with the performance period commencing on September 15, 2024.
    Low Volume Isothermal Titration Calorimeter
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for the procurement of a Low Volume Isothermal Titration Calorimeter to support its Division of Pharmaceutical Quality Research. The calorimeter must meet specific technical requirements, including automated titrant delivery, temperature stability, low noise levels, and efficient data acquisition capabilities, which are crucial for analyzing complex drug formulations. This procurement is vital for enhancing the FDA's regulatory reviews and guidance development related to drug product components. Interested vendors must submit their proposals, including technical and price volumes, by September 12, 2024, with questions due by September 6, 2024. For further inquiries, contact Iris Johnson at Iris.Johnson1@fda.hhs.gov or Sheneil Green at Sheneil.Green@fda.hhs.gov.
    Maintenance Support Agreement-eFlow
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) intends to negotiate a sole source contract with NMS Imaging Inc. for maintenance and support of the Electronic Workflow (eFlow) system. This procurement is necessary as NMS Imaging is the sole provider capable of delivering the required maintenance services, having developed and customized the eFlow system. The maintenance and support are critical for the continued functionality and efficiency of the eFlow system, which plays a vital role in HHS operations. Interested parties that believe they can provide the required services must submit a capabilities statement by September 20, 2024, at 12:00 PM Eastern Time to Bryan Daines at bryan.daines@psc.hhs.gov.
    Whole Body Counter Calibration-Maintenance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for the calibration and maintenance of a Whole Body Counting (WBC) system at its facility in Winchester, Massachusetts. The procurement involves repairing a faulty cooling unit for a Broad Energy Germanium detector and subsequently calibrating the WBC and Thyroid systems using specific phantoms, ensuring compliance with performance standards mandated by the Office of Regulatory Affairs (ORA). This WBC system is critical for monitoring radiation exposure, and the successful contractor will be responsible for delivering repair and calibration services within a one-year period following contract award. Interested vendors must submit their proposals electronically by September 10, 2024, to Raphael Hall at raphael.hall@fda.hhs.gov, with evaluations based on the lowest price technically acceptable criteria.
    Performance Maintenance with Full Repair Service Plan for UPLC/MS/MS instrument (Xevo TQ-S micro)
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking qualified contractors to provide a Performance Maintenance with Full Repair Service Plan for a UPLC/MS/MS instrument (Xevo TQ-S micro) at the Dairy and Functional Foods Research Unit located in Glenside, Pennsylvania. The selected contractor will be responsible for routine maintenance, replacement of wear parts, and comprehensive calibration and qualification checks to ensure the instrument's optimal performance, which is critical for ongoing research into the impact of diet on gut microbiota. This maintenance support is essential for the timely and accurate analysis of data derived from various samples, facilitating vital scientific research concerning food and health interactions. Interested parties should submit their responses to Dilynn Rogers at dilynn.rogers@usda.gov by September 9, 2024, at 10 AM EST, as this is a Sources Sought announcement for market research purposes only, and no contract will be awarded based solely on the responses.