Loading...
FDA-SSN-133612
Response Deadline
Apr 13, 2026, 6:00 PM(CDT)5 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), Office of Acquisitions and Grants Services (OAGS) is issuing this source sought announcement on behalf of Center for Biologics Evaluation and Research (CBER), in order to determine if there are existing small business sources capable of providing Post-warranty Preventive Maintenance and Repair Services on a liquid chromatography mass spectrometry (LC/MS) system. Other than small business concerns, especially vendors who may be able to offer domestic products, are also encouraged to submit a capability statement that provides company information, as well as information demonstrating that it can meet all of the minimum requirements included below, to include the country of manufacture of products offered.
If your firm is considered a small business source under North American Industry Classification System (NAICS) Code 811210 - Electronic and Precision Equipment Repair and Maintenance; with a Small Business Size Standard of $34 million and you believe that your firm would be able to provide the FDA with the supplies/services described below, please submit an email to Warren.Dutter@fda.hhs.gov.
Background:
The Food and Drug Administration (FDA), Center for Biologics Evaluation and Research (CBER) /Office of Vaccines Research and Review (OVRR) has a requirement for Post-warranty Preventive Maintenance and Repair Services on a liquid chromatography mass spectrometry (LC/MS) system including a Dionex Ultimate 3000 NCS-3500RS NANO UHPLC system (SN: 8170238) interfaced to an ECLIPSE ORBITRAP ETD Mass Spectrometer (SN: FSN40119).
This instrumentation is utilized by the FDA to investigate glycoconjugate based vaccine antigen structure by mass spectrometry. A post-warranty preventive maintenance and repair service agreement will allow the FDA to produce accurate experimental results, maintain continuity of operations, and protect the government’s initial investment in this piece of equipment.
This requirement is for one base year and two option years.
The LC/MS System is not currently covered under a service contract but is fully operational.
System components:
Preventive Maintenance and Repair Service Minimum Performance Requirements:
Deliverables: Service Records and Reports - The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended, and parts/components replaced. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair is performed.
Place of Performance:
US FDA/CBER, White Oak Campus
Building 52-72 room G310
10903 New Hampshire Avenue
Silver Spring, MD 20993
Period(s) of Performance:
Base Year: 07/01/2026 – 06/30/2027
Option Year 1: 07/01/2027 – 06/30/2028
Option Year 2: 07/01/2028 – 06/30/2029
Responses to this Sources Sought shall unequivocally demonstrate that the respondent is regularly engaged in the sale of same or substantially similar services. Though the target audience is small business vendors or small businesses capable of supplying a U.S. service of a small business vendor or producer all interested parties may respond. At a minimum, responses shall include the following:
Interested Contractors must respond with capability statements which are due by email to the point of contact listed below on or before April 13, 2026, by 1:00 PM Central Time at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Warren Dutter, email warren.dutter@fda.hhs.gov. Reference: FDA-SSN-133612.
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 service, 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 and Proprietary Information:
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).
Additional Notes:
If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing for the service would be helpful.
This is a sources sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting an RFQ package or solicitation. There is no RFQ package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given.
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