Loading...
CBER-2026-133990
Response Deadline
Apr 28, 2026, 6:00 PM(CDT)7 days
Eligibility
Contract Type
Sources Sought
MARKET RESEARCH PURPOSES ONLY
NOT A REQUEST FOR PROPOSAL OR SOLICITATION
The U.S. Food and Drug Administration (FDA) is conducting market research to support the Center for Biologics Evaluation and Research (CBER), requirement for Preventive Maintenance and Repair Service Agreement for Cozzoli Vial Filling Machine.
The FDA is seeking small business sources to determine the availability and capability of small businesses capable of providing the required supplies. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort.
The associated North American Industry Classification System (NAICS) Code is- 811210 - Electronic and Precision Equipment Repair and Maintenance; the applicable Small Business Size Standard is $34 million.
Statement of Work
Purchase of On-site preventive maintenance for COZZOLI® Filling Machine
Part I: General Information
A. Objective
This requirement is for annual on-site preventive maintenance for COZZOLI® Filling Machine of Division of Biological Standards and Quality Control (DBSQC) within CBER. The COZZOLI® Vial Filling Machine is used for the preparation of CBER standards in support of vaccines and other biological products submitted for licensure and/or other regulatory decisions.
B. Background
Division of Biological Standards and Quality Control (DBSQC) serves as a Standards Preparation facility for CBER. DBSQC maintains a well-equipped Standards preparation capacity to prepare standards for potency testing and share them with manufacturers and other regulatory agencies. Standards are used to test assay validity for products. An important part of the laboratory activities involves testing influenza vaccines for potency and identity. The COZZOLI® Vial Filling Machine is used for filling measured volume of biological standards in the vials for lyophilization and subsequent distribution. The use of a filling machine is critical for the preparation of Standards and for the mission of CBER, since the standards prepared support testing for licensing, lot release, and other regulatory decisions.
C. Scope
This SOW is for the purchase of on-site preventive maintenance for COZZOLI® Filling Machine of Division of Biological Standards and Quality Control (DBSQC). The COZZOLI® Vial Filling Machine is in the Sterility Suite, Room 5297. Bldg. 52/72 at White Oak campus.
Part II: Work Requirements
One on-site preventive maintenance per year for a COZZOLI® Vial Filling Machine. Equipment: Cozzoli Filling Line; Cozzoli Serial Number: UT42-974; Cozzoli Serial Number: CR200i-CWS-69; Cozzoli Serial Number: BT15-75.
A service contract under 75F40123P00100 was previously in place for the preventive maintenance and repair of the Cozzoli Filling Machine. The previous contract ended on October 16, 2025 and have been without service contract. All components are operating normally.
Performance requirements
-The contractor shall provide one (1) scheduled on-site planned preventive maintenance visit per year. The consumables required for PM visit shall be included in the contract. All costs for labor, travel, and parts required for preventative maintenance shall be included.
-The maintenance and repair activities shall be performed by the service engineers who are trained and certified, and the service provider should follow the Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM-certified replacement parts, components, subassemblies, etc.
-The contractor shall include unlimited software and firmware updates during the entire coverage period(s).
-The contractor shall include unlimited technical support (via phone and email) on software and hardware related issues and trouble-shooting capabilities, Monday through Friday (excluding Federal Holidays).
- Access by the FDA Technical Representative (TR) and system operator personnel to the manufacturer’s call center for technical assistance including software, which is staffed by senior engineers to provide a high level of expertise for troubleshooting the instrument.
-All maintenance and repair pricing must encompass costs for labor, travel, replacement parts, components, subassemblies, and any other necessary expenses related to the system.
- Deliverables: Service Records and Reports
The contractor shall, commensurate with the completion of each preventive maintenance visit a report identifying the work performed in the contractor format distributed by email to the COR and CS.
Place of Performance
CBER
10903 New Hampshire Ave.,
Building 52/72, Sterility Suite 5th floor. Room 5297
Silver Spring, MD 20993.
Period of Performance
Base Period: July 1, 2026 through June 30, 2027
Option Year 1: July 1, 2027 through June 30, 2028
Option Year 2: July 1, 2028 through June 30, 2029
Option Year 3: July 1, 2029 through June 30, 2030
Option Year 4: July 1, 2030 through June 30, 2031
FOB Point Destination. All items shall include shipping and handling to the destination identified herein.
Holidays and Government Closures
Service/Delivery shall not be scheduled during Federal Holidays or Federal Closures as determined by Executive Orders or opm.gov. Federal Holidays are as follows:
New Year’s Day Labor Day
Martin Luther King, Jr.’s Birthday Columbus Day
Washington’s Birthday Veterans Day
Memorial Day Thanksgiving Day
Juneteenth Day Christmas Day
Independence Day
Contract Type: Firm Fixed Price
Alternative solutions will be considered insofar as any such alternate system and/or system components meet the minimum intended use of the system and brand name or equal technical requirements.
The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product/service of a small business manufacturer or producer all interested parties may respond. At a minimum, responses shall include the following:
The government is not responsible for locating or securing any information, not identified in the response.
The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation.
Interested Parties shall respond with capability statements which are due by email to the point of contact listed below on or before April 28, 2026 by 13:00 hours (Central Time in Jefferson, Arkansas) to nick.sartain@fda.hhs.gov. Reference CBER-2026-133990.
Notice of Intent
Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures.
Disclaimer and Important Notes
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.
Responses with weblinks will not be opened or viewed.
Responses must demonstrate capability, not merely affirm the respondent's capability (i.e. the response must go beyond the statement that, "XYZ company can provide the instrument, technical support etc.").
Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
DEPARTMENT OF HEALTH AND HUMAN SERVICES
FOOD AND DRUG ADMINISTRATION
FDA OFFICE OF ACQ GRANT SVCS
FDA OFFICE OF ACQ GRANT SVCS
11601 Landsdown St
Floor 13
Rockville, MD, 20852
NAICS
Electronic and Precision Equipment Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT