Loading...
OC-2026-133636
Response Deadline
May 4, 2026, 6:00 PM(CDT)13 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 Office of the Chief Scientist (OCS), requirement for Preventive Maintenance and Repair Service Agreement for multiple types of Waters instrument systems identified herein.
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
Purpose:
The purpose of this requirement is to obtain preventive maintenance, repair services, and related service agreement coverage for three (3) Waters Acquity H-Class systems, three (3) Waters Acquity Classic systems, seven (7) Waters Arc systems, one (1) Waters Alliance system used for the certification of color additives, and twenty (20) Waters Empower software licenses.
Background:
The U.S. Food and Drug Administration (FDA) enforces the Federal Food, Drug, and Cosmetic Act and other applicable laws and regulations intended to protect consumers’ health and safety. FDA’s Color Certification Program assures the safe use of certified color additives (synthetic dyes and pigments) in foods, drugs, cosmetics, and certain medical devices. Certified color additives are listed in 21 CFR Parts 74 and 82 together with specifications for their impurities. High-performance liquid chromatography (HPLC) is the primary technique used by certification chemists to determine levels of subsidiary colors, intermediates, and related impurities, which range from a few percentage points to nanograms per gram.
Reliable and timely maintenance and repair of the HPLC instrument systems is critical to the successful performance of FDA’s Color Certification Program. It is therefore important that these instruments be placed under a service contract. See attachment 1 for list of instruments to be covered.
A service contract (Order No. 75F40121F80010) was previously in place for the preventive maintenance and repair of Waters instruments used for the certification of color additives. That contract ended on December 7, 2024 and the instruments have been without active service contract since that time. This service contract was discontinued due to lack of funds. This requirement is to reestablish service for the Division of Color Certification and Technology’s HPLC instruments.
For purposes of this requirement, line item references herein are notional. If a future solicitation is issued, it is anticipated that Line Item 1 would be the base service agreement and Line Item 2 would be for separately quoted and approved pre-inspection repairs necessary to bring instruments to acceptable performance standards for service agreement coverage.
Because the instruments have been without active service coverage, the Contractor may determine that a pre-inspection is necessary to assess whether an instrument meets the performance standards required for service agreement coverage. If the Contractor determines that a pre-inspection is necessary, it shall be conducted during the initial scheduled preventive maintenance visit.
The pre-inspection shall be included in the service agreement price and shall not be separately billed. Any repairs, replacement parts, or additional labor or travel identified during the pre-inspection that are necessary to bring an instrument to acceptable performance standards for coverage shall be quoted separately and, if approved, billed under repair Line Item 2.
Instrument components in need of attention or repair that are known at this time:
Alliance G21SM4653A – power supply has died
Acquity H-Class F11UPL092A – suspected blockage in or just outside of flow cell
Acquity H-Class G15UPL501A – suspected dirty flow cell
Objectives
The objective of this effort is to ensure continued operational readiness and service coverage for Waters instrument systems and Empower software used in the certification of color additives.
Scope
Independently, and not as an agent of the Government, the Contractor shall provide on-site preventive maintenance and repair, original equipment manufacturer (OEM) parts, software upgrades, and technical support for these analytical instruments and their software:
Specific Tasks
Task - Preventive Maintenance, Pre-Inspection, and Repair
Deliverables
Security
The Contractor shall use a temporary account provided by FDA IT staff when accessing FDA workstations. The account shall be active only during scheduled site visits at the COR’s request. The Contractor shall use the credentials provided by FDA to access the account. The Contractor shall install, update, or otherwise make changes to Waters software on FDA workstations only with the approval and assistance of FDA IT staff. The Contractor shall arrange software installation, updates, and other changes with the COR and IT staff.
Period of Performance:
June 1, 2026 through May 31, 2027.
Preventive maintenance and repair visits shall not be scheduled during Federal Holidays or Federal Closures as determined by Executive Orders or WWW.OPM.GOV.
Place of Performance:
Food and Drug Administration
Office of the Chief Scientist (OCS)
4300 River Road
College Park, MD 20740
Work shall be conducted Monday through Friday, excluding federal holidays. Scheduling is to be coordinated through the COR on the Contract.
Holidays and Government Closures
The Contractor is not required to provide on-site services on the following days that are Federal Holidays or on any other day designated as a Federal holiday for the Washington, DC area:
New Year’s Day
Martin Luther King Day
President’s Day
Memorial Day
Juneteenth Day
Independence Day
Labor Day
Columbus Day
Veteran’s Day
Thanksgiving Day
Christmas Day
In the event of inclement weather when the Federal government is closed, the Contractor is not required to provide on-site service. The Contractor is required to follow, as a minimum, other directives issued by the U.S. Office of Personnel Management or other such official for late arrivals due to inclement weather (unless otherwise specified in the Contract).
Anticipated Contract Type:
Line Item 1 (Base Year Service Agreement) is anticipated Firm Fixed Price.
Line Item 2 (Pre-Inspection Repairs) is anticipated to be a time-and-materials, not-to-exceed line item, with funding, if applicable, to be established at time of award. The Government anticipates use of FAR RFO 12.210-1(e)(2), Unpriced Purchase Order. An unpriced purchase order is an order for supplies or services, the price of which is not established at the time of issuance of the order.
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 May 4, 2026 by 13:00 hours (Central Time in Jefferson, Arkansas) to nick.sartain@fda.hhs.gov. Reference OC-2026-133636.
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