Notice of Intent to Sole Source – Thermo Eberline
ID: 25-002352Type: Special Notice
Overview

Buyer

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

NAICS

Surgical and Medical Instrument Manufacturing (339112)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 4:00 PM UTC
Description

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.

Point(s) of Contact
Kristin Nagashima
kristin.nagashima@nih.gov
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Notice of Intent to Sole Source – TheraDoc subscription
Buyer not available
The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@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.
Preventative Maintenance Agreement for Various Instruments in the Department of Laboratory Medicine
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a firm-fixed-price purchase order for a preventative maintenance agreement for various laboratory instruments located in the Department of Laboratory Medicine. The procurement involves maintenance services for specific proprietary instruments, including the 7500 FAST Real-Time PCR Systems and the 3500xL Genetic Analyzer, which are critical for the rapid detection of infectious agents from clinical samples. The performance period for this contract is set from May 1, 2025, to April 30, 2030, with a total funding amount not exceeding $250,000. Interested parties are encouraged to submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 14, 2025, at 6:30 AM EST, as this is not a request for quotation.
MAINTENANCE SERVICES FOR THERMOFISHER MANUFACTURED CENTRIFUGES & INCUBATORS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), is seeking maintenance services for 23 incubators and 16 centrifuges located in Bethesda, Maryland. The procurement requires priority onsite repair during business hours, annual preventive maintenance, rapid response for corrective repairs, and unlimited phone and email support, emphasizing the critical role of these laboratory instruments in health research. Interested vendors must provide OEM authorization to deliver these services and be registered in the System for Award Management (SAM), with quotes due by April 10, 2025, under solicitation number RFQ-NIAID-25-2257534. For further inquiries, vendors can contact Leah Hinson at leah.hinson@nih.gov.
Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
Buyer not available
Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
NULISAseq CNS Disease Panel 120 Kit or Equivalent
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking information from qualified sources regarding the availability of the Alamar NULISAseq CNS Disease Panel 120 Kit or equivalent products. The objective is to procure three kits to aid in the investigation of biomarkers for neurodegenerative diseases, which are critical for early diagnosis and potential preventive measures. This procurement is essential for the NIH's Laboratory of Clinical Investigation, which focuses on isolating and measuring biomarkers from patient plasma to improve disease detection and management. Interested companies must submit their capability statements by April 11, 2025, to Eric McKay at eric.mckay@nih.gov, ensuring they include relevant details such as their business type and manufacturing information.
Extended Warranty and Technical Support for BBI-piPET-314-13
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA), is seeking quotations for an extended warranty and technical support for the BBI-piPET-314-13 primate PET scanner, which is crucial for conducting imaging studies on preclinical models related to substance use disorders. The procurement aims to ensure the continued high-quality performance of the scanner through a service contract that includes annual preventive maintenance, software updates, on-site diagnostic and repair services, and emergency support. This opportunity is a total small business set-aside, with a firm-fixed-price contract anticipated to cover a 12-month base period from April 18, 2025, to April 17, 2026, along with two optional 12-month extensions. Interested vendors must submit their quotes, including necessary documentation to verify business size, by April 9, 2025, to the Contract Specialist, Shaun Rostad, at shaun.rostad@nih.gov.
SOURCES SOUGHT: Maintenance and Repair Service for Tecan Robotic Manipulator Arm (RoMa)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified small businesses to provide maintenance and repair services for a Tecan Robotic Manipulator Arm (RoMa) used by the National Institute on Aging (NIA). The objective is to ensure the continued functionality of this critical laboratory equipment, which supports ongoing genotyping research, through comprehensive maintenance support, including preventative maintenance, software upgrades, and technician training. Interested companies must submit a capability statement detailing their qualifications, including employee count and relevant experience, by April 7, 2025, at 11 AM Eastern Time, to Hashim Dasti at hashim.dasti@nih.gov. This opportunity is not a solicitation for proposals but a means to gauge the availability of qualified small business sources.
Notice of Intent for LSRFortessa Service Agreement
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is issuing a Notice of Intent to negotiate a service agreement for preventive maintenance of BD Biosciences scientific equipment. The procurement requires comprehensive maintenance services, including biannual preventive maintenance inspections, software updates, unlimited service visits by OEM technicians, guaranteed replacement parts (excluding third-party items), and a 48-hour emergency response support, all compliant with Biosafety Level 2 standards. This maintenance is crucial for ensuring the operational integrity of essential scientific equipment used in research. Interested vendors may submit capability statements via the NIAID electronic submission system by April 7, 2025, and must include authorization from BD Biosciences to be considered. For further inquiries, contact Leah Hinson at leah.hinson@nih.gov.
Notice of Intent to Sole Source - AB SCIEX Instrument Maintenance
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to procure sole-source maintenance and repair services for AB SCIEX laboratory equipment utilized by the Defense Centers for Public Health – Aberdeen. The objective of this procurement is to ensure the operational integrity of equipment critical for environmental health assessments and medical surveillance, which play a vital role in safeguarding military personnel by analyzing pollutants in water sources. Interested organizations are required to submit a capabilities statement demonstrating relevant experience and technical skills, with the contract expected to be a Firm Fixed Price agreement under NAICS code 811210. For further inquiries, interested parties may contact Benjamin Marcus at Benjamin.t.marcus2.civ@health.mil or Jesse Nisley at jesse.d.nisley.civ@health.mil.