MAINTENANCE AGREEMENT FOR MULTIPLE AUTOCLAVES AND OTHER EQUIPMENT
ID: RFQ-NIAID-25-2259706Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking quotes for a maintenance agreement covering multiple autoclaves and additional equipment as part of a total small business set-aside procurement. The contract requires four preventive maintenance inspections, emergency services with a guaranteed 12-hour response time, annual rebuilds, and quarterly filter replacements for three autoclaves and a washer, ensuring optimal performance and compliance with safety regulations. This procurement is critical for maintaining the functionality of essential medical equipment used in research and healthcare settings. Interested vendors must submit their proposals by May 3, 2025, at 2:00 pm EST, and can contact Kelly Lowe at kelly.lowe@nih.gov for further information.

    Files
    Title
    Posted
    The document outlines a list of components and spare parts associated with various models of Consolidated and Lancer equipment. Specifically, it details items such as trap kits, air-in valves, GP valve kits, safety relief valves, filters, and gaskets, along with their corresponding quantities for four specific serial numbers: SR-24F-S-V, PT-SR-24E-S-V (double-door), SR-24D-S-V, and Lancer 1600LXP Ultima. Each model has a standardized set of necessary parts to support operational efficiency and maintenance. This file reflects the government's procurement strategy for maintaining and equipping facilities with reliable components, highlighting the importance of readiness and repair in federally funded programs. The structured categorization and specific serial numbers suggest a methodical approach to inventory management and supply chain consistency in governmental operations, ensuring that all required parts are available when needed.
    The National Institute of Allergy and Infectious Diseases (NIAID) is seeking quotes for a maintenance agreement covering multiple autoclaves and additional equipment from small businesses, as part of a total set-aside procurement. The acquisition, designated RFQ-NIAID-25-2259706, is posted for submissions by May 3, 2025, before 2:00 pm EST, with a performance period running from May 12, 2025, to May 11, 2026. The required services include four preventive maintenance inspections, emergency services with a 12-hour response guarantee, annual rebuilds, and quarterly filter replacements for three autoclaves. The contracting process will follow simplified acquisition procedures under FAR Part 13, with the NAICS code 811310 applicable. Proposals will be evaluated based on technical capability and pricing. Interested vendors must register in the System for Award Management (SAM) and comply with various FAR provisions related to commercial items, certifications, and contract terms. Submissions can be made via email or traditional mail, with specific instructions on including the RFQ number in the subject line. This solicitation reflects the government's ongoing commitment to procure necessary services efficiently while fostering opportunities for small businesses.
    The National Institutes of Health (NIH) is soliciting proposals for a maintenance agreement for multiple autoclaves and related equipment. This Request for Quotes (RFQ-NIAID-25-2259706), posted on April 23, 2025, is set aside for small businesses, with a response deadline of May 3, 2025, at 2:00 p.m. EST. The contract, to commence on May 12, 2025, and last until May 11, 2026, includes services for preventive maintenance (four inspections per year), quarterly filter replacements, and emergency services within 12 hours of a request. The specified equipment includes various models of autoclaves and a steam generator located at the NIH facility in Gaithersburg, MD. The award will be based on the technical ability to meet contract requirements and price. Offerors must be registered in the System for Award Management (SAM) and adhere to FAR clauses governing commercial items. Interested vendors should submit proposals via email to Kelly Lowe, including the solicitation number in the subject line. This solicitation underscores the NIH's commitment to ensuring operational readiness of critical laboratory equipment through efficient maintenance services.
    The document outlines the statement of work for an annual service contract involving maintenance and inspection of several equipment models, including washers and autoclaves. The contract specifies four preventive maintenance (PM) inspections, scheduled filter replacements for autoclaves, and four emergency service visits. Key responsibilities during PM services include evaluating the overall functionality of the units, checking mechanical components, verifying the operation of safety mechanisms, calibrating water tempering valves, and assessing electrical connections. The service ensures compliance with manufacturing guidelines and safety regulations, specifically focusing on proper operation and maintenance of steam and electrical systems. Overall, the agreement is designed to maintain optimal performance and safety of critical medical equipment while adhering to regulatory standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    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).
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    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.
    Renewal of Maintenance Services for Philips Imaging Equipment at the Integrated Research Facility (IRF) at Fort Detrick, Maryland
    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 Philips imaging equipment located at the Integrated Research Facility (IRF) in Fort Detrick, Maryland. This procurement aims to ensure the continued operational efficiency and reliability of critical imaging equipment used in research and clinical applications. The maintenance services are vital for supporting ongoing research initiatives and ensuring compliance with safety and operational standards. Interested vendors can reach out to Danielle Tines at danielle.tines@nih.gov or by phone at 406-363-9251, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details regarding the justification and approval documentation.
    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.
    NIH COGEN Maintenance and Repair
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Health And Human Services, Department Of
    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.
    Lab Water Purification
    Health And Human Services, Department Of
    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.
    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.