Service/Maintenance Agreement for the Waters SQD2/Autopur and Autopure 2 Systems
ID: 75N95025Q00240Type: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA), is seeking qualified small businesses to provide a one-year Service/Maintenance Agreement for the Waters SQD2/Autopur and Autopure 2 Systems. The procurement aims to ensure comprehensive maintenance services, including annual preventative maintenance, inspection, cleaning, calibration, and the provision of OEM certified parts, labor, travel, priority response, and scientific phone support. This opportunity is critical for maintaining the operational efficiency of essential laboratory equipment used in drug abuse research. Interested parties must submit their capability statements by August 12, 2025, detailing their qualifications and relevant experience, and can contact Andrew Varley at andrew.varley@nih.gov or Joshua T. Lazarus at Josh.Lazarus@nih.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Institute on Drug Abuse (NIDA), on behalf of the National Center for Advancing Translational Sciences (NCATS), has issued a Sources Sought Notice (Solicitation Number: 75N95025Q00240) to identify qualified small businesses capable of providing a one-year Service/Maintenance Agreement for Waters SQD2/Autopur and Autopure 2 Systems. This notice aims to gather information on available and capable small businesses, including various socio-economic categories, under NAICS code 811210 (Electronic and Precision Equipment Repair and Maintenance) with a size standard of $34,000,000 or less in revenue. The required services include annual preventative maintenance, inspection, cleaning, calibration, and provision of OEM certified parts, labor, travel, priority response, and scientific phone support for the specified systems. Interested companies must submit capability statements by August 12, 2025, detailing their ability to meet all requirements, company information, unique entity ID, professional qualifications, and any relevant government contracts. This is not a solicitation for proposals, but rather a request for information to determine the appropriate acquisition method and potential set-asides.
    Lifecycle
    Similar Opportunities
    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.
    Lab Water Purification
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    Service Agreement: ION Sequencing System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the ION Sequencing System, which includes maintenance and support for critical laboratory equipment. The contract will cover a one-year AB Assurance plan with Life Technologies/ThermoFisher Scientific, ensuring comprehensive service including parts, labor, travel for repairs, and priority technical support for the ION S5 XL and S5 Prime sequencers, as well as the Ion Chef system. This procurement is vital for maintaining the functionality of advanced sequencing equipment used in medical research, which supports various health-related studies. Interested vendors must submit their quotations by December 9, 2025, to Tina Robinson at robinsti@mail.nih.gov, referencing solicitation number 75N94026Q00008, and must comply with all applicable FAR clauses and requirements.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Buyer not available
    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.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Buyer not available
    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.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Buyer not available
    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).
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Buyer not available
    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.
    All Sites Primary Barrier Equipment and Decontamination Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract titled "All Sites Primary Barrier Equipment and Decontamination Services." This contract aims to support various NIH locations in Maryland and Montana, including the Bethesda Main Campus and the NIAID Integrated Research Facility, by providing essential decontamination services and maintenance of primary barrier equipment. The services are critical for maintaining a safe and healthy environment for NIH patients, employees, and visitors, particularly in high-security research laboratories. Interested small businesses are encouraged to reach out to primary contact Evguenia Mathur at jane.mathur@nih.gov or 301-451-0237, or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov or 240-669-5154 for further details. The solicitation is set aside for small businesses under FAR 19.5, and the RFP number is 75N98026R00001.
    Notice of Intent to Sole Source – Agilent Technologies
    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 Agilent Technologies for a Software Maintenance Agreement related to the existing Agilent OpenLab/ECM data system. This acquisition aims to ensure continued support and maintenance of proprietary software that is critical for the NIH's Clinical Center's operations, including software license upgrades and dedicated technical support. The contract will be awarded on a firm fixed price basis, with a total quantity of two software maintenance agreements for a one-year renewal period. Interested parties may express their interest and capabilities to the NIH's Office of Purchasing and Contracts, with comments due by December 12, 2025, at 12 PM EST, directed to Kristin Nagashima at kristin.nagashima@nih.gov.
    Preventive Maintenance Services For Government-Owned Clinical Philips Ingenia Elition 3.0T MRI Scanner
    Buyer not available
    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.