J--Maintenance Contract for BD Fortessa Flow Cytometer Analyzer
ID: 75N92025Q00009Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NHLBIBETHESDA, 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 Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 10, 2025, 12:00 AM UTC
  3. 3
    Due Jan 17, 2025, 2:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a sole source maintenance contract for the BD Fortessa Flow Cytometer Analyzer. The contract will be awarded to Becton, Dickinson and Company, which is uniquely qualified to provide comprehensive maintenance services, including emergency repairs and two annual preventative visits, due to the proprietary nature of the cytometer's configurations tailored for the NIH's research needs. This specialized equipment is critical for ongoing research in hematology, necessitating high uptime to support scientific advancements. Interested parties may express their capabilities, with responses due by January 17, 2025; for further inquiries, contact Helmut A. Winffel at helmut.winffel@nih.gov or +1 301 435 0330.

Point(s) of Contact
Files
Title
Posted
Jan 10, 2025, 4:05 PM UTC
The National Heart, Lung, and Blood Institute (NHLBI) intends to award a sole source contract to Becton, Dickinson and Company for maintenance services on the BD Fortessa Flow Cytometer Analyzer. This non-competitive solicitation aims to ensure timely and expert maintenance to support ongoing research efforts in hematology, which require high uptime of this specialized equipment. The required services include comprehensive maintenance, emergency repairs, two annual preventative visits, and support by factory-trained technicians. As the cytometer's configurations are proprietary and tailored specifically for the NHLBI's research needs, only Becton Dickinson can provide the necessary services. The federal acquisition complies with regulations allowing single-source solicitations in specific circumstances, and while this is not a request for competitive proposals, other interested parties can express their capabilities. Responses are due by January 17, 2025, and must include specified business and bid details. This notice underscores the critical role of specialized equipment maintenance for advancing scientific research and the streamlined processes for government contracting.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
This is a Notice of Intent to Sole Source and not a request for quotations for a MAINTENANCE AGREEMENT FOR The Sysmex XN-1000V Analyzer
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is issuing a notice of intent to negotiate a sole-source maintenance agreement for the Sysmex XN-1000V automated clinical hematology analyzer with Sysmex America, Inc. This contract is crucial for the Cellular Molecular Pathology Branch (CMPB) as it provides essential diagnostics support for NIEHS investigations, requiring comprehensive maintenance services including at least two preventive inspections, emergency repairs, and the provision of necessary replacement parts, excluding consumables, at no additional cost to the government. The performance period for this agreement is set from May 17, 2025, to May 16, 2028, and interested parties who believe they can meet these requirements are invited to submit their capability statements by April 18, 2025. For further inquiries, contact Christopher Brown at christopher.brown3@nih.gov or call 984-287-3011.
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.
BioFire ® FilmArray ® Torch System extended warranty service
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 BioFire Defense, LLC for the extended warranty service of the BioFire® FilmArray® Torch System and associated modules. This procurement aims to secure a Firm-Fixed price purchase order for warranty services essential for the operation of clinical patient care testing equipment used by the Microbiology Service in the Department of Laboratory Medicine. The BioFire® system is critical for the rapid detection of infectious agents, thereby facilitating timely patient treatment, and BioFire Defense is the only vendor capable of providing the necessary warranty for this specialized equipment. Interested vendors may submit capability statements to the primary contact, Kimala Winfield, at kimala.winfield@nih.gov, by the specified deadline, as this opportunity is not open for competitive quotations.
This is a Notice of Intent to Sole Source and not a request for quotations for a Service Agreement for Zeiss LSM 710/780 Confocal microscopes
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Environmental Health Sciences (NIEHS), is issuing a notice of intent to negotiate a sole-source service agreement with PRECISION OPTICS, LLC for the maintenance of Zeiss LSM 710/780 confocal microscopes. The contract will cover comprehensive preventative maintenance, including inspections, repairs, and software updates for government-owned microscopes, ensuring their optimal performance for scientific research. This maintenance is crucial for the NIEHS's ongoing commitment to maintaining essential scientific equipment with factory-trained personnel. Interested parties that believe they can meet the requirements are invited to submit a capability statement by April 18, 2025, as the contract is set to span from June 1, 2025, to May 31, 2026. For further inquiries, contact Christopher Brown at christopher.brown3@nih.gov or call 984-287-3011.
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.
Service Contract for Leica Imaging Platforms for the Laboratory of Immune System Biology (LISB)
Buyer not available
The Department of Health and Human Services, through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking a contractor to provide a service contract for the maintenance of Leica Imaging Platforms utilized by the Laboratory of Immune System Biology (LISB). The objective of this procurement is to ensure optimal operational conditions for 14 advanced microscopy instruments, which are critical for research in immunology and infectious diseases, through preventive maintenance, remedial repairs, and prompt onsite responses by factory-trained engineers. The contract will span a base period from May 1, 2025, to March 31, 2026, with four additional option periods extending through March 31, 2030. Interested vendors must submit their quotes by 3:00 PM EST on April 24, 2025, to Kathy Song at kathy.song@nih.gov, and are encouraged to address any questions by April 18, 2025.
Advanced Instruments, LLC Osmo Pro Max.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a fixed-price sole source purchase order to Advanced Instruments, LLC for the procurement of an Osmo Pro Max automated osmometer and associated services. This acquisition is essential for the Department of Laboratory Medicine, which requires the osmometer for conducting osmolality testing on various body fluids, a critical diagnostic tool for evaluating patients' water balance and monitoring treatment efficacy. The procurement process is being conducted under FAR Part 13, allowing for a sole source acquisition due to the specific compatibility and quality assurance requirements already established with Advanced Instruments. Interested parties capable of providing similar products may submit a capability statement by April 24, 2025, to Emeka Onyejekwe at emeka.onyejekwe@nih.gov.
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.
Neutrophil antibody testing and various blood products for the Department of Transfusion Medicine
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 the American National Red Cross for neutrophil antibody testing and various blood products for the Department of Transfusion Medicine. This procurement aims to address the critical need for specialized blood products and testing services essential for patients with conditions such as sickle cell disease and Severe Aplastic Anemia, who require phenotype-matched blood and HLA-matched platelets. The anticipated period of performance for this indefinite delivery/indefinite quantity (IDIQ) task order is from May 1, 2025, through April 30, 2026, with a total estimated value not exceeding $250,000. Interested parties may submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 21, 2025, at 6:30 AM EST.
LAB TESTS AND REAGENTS KITS
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 Illumina, Inc. for the procurement of various Next Generation Sequencing (NGS) reagent kits essential for their laboratory operations. The required items include specific Illumina reagent kits, which are critical for conducting NGS and are exclusively manufactured by Illumina, making them unavailable from other suppliers. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the primary contact, Ms. Van Holley, by 9:00 AM ET on April 17, 2025, with no costs incurred by the government for submissions. Contractors must be registered with the System for Award Management (SAM) to participate in this procurement process.