Loading...
75N98026Q00320
Response Deadline
May 21, 2026, 8:00 PM(EDT)7 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
NON-COMPETITIVE
COMBINED SYNOPSIS / SOLICITATION
Title: Preventative Maintenance of three (3) Flow Cytometers
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 75N98026Q00320 and the solicitation is issued as a Notice of Intent (NOI) of a non-competitive (notice of intent) combined synopsis solicitation to award a contract or purchase order without providing for full or open competition (including brand-name).
This acquisition is conducted under the authority of the FAR Part 12.603— Streamlined solicitation for commercial products or commercial services, and is not expected to exceed the simplified acquisition threshold, and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-3(a)(2)(ii).
The National Institutes of Health, Office of the Director, Office of Acquisitions, intends to negotiate and award a firm-fixed price purchase order without providing for full and open competition (Including brand-name) to Becton Dickinson for Preventative Maintenance of 3 Flow Cytometers in order to keep the equipment running in optimal working condition.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (2026-01).
(iv) The associated NAICS code 811210 and the small business size standard $34 million dollars. This requirement has no set aside restrictions.
(v) Background and Purpose:
Background: The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Institute of Allergy and Infectious Diseases (NIAID), Division of Intramural Research (DIR), Laboratory of Clinical Immunology and Microbiology (LCIM) conducts clinical and basic science, and epidemiologic research into human immunologic, inflammatory, and infectious diseases.
Purpose: The purpose of this requirement is to obtain a preventative maintenance service agreement for the 3 BD LSRFortessa Flow Cytometers instrument is used extensively in support of ongoing clinical research, particularly to investigate the genetic mutations causing primary immune deficiencies and autoimmune disorders and understand microbial pathogenesis. There are more than 5000 patients that are accrued on these clinical protocols and analysis of patient samples on these machines must be immediately after collection or sample validity may be compromised. In addition, these instruments are used by 28 Sections and Units in the LCIM and are made available to neighboring NIAID labs, when possible. If these services do not begin by the specified date then analysis of human cells from patients on clinical protocols and trials animal cells from ongoing experimental studies and analysis of cell lines required by LCIM to generate new drugs therapeutics basic science research and scientific discoveries to improve human healthcare will be affected.
The following instruments are to be covered by this service agreement: Qty 3 BD LSRFortessa Flow Cytometers (Serial No. H17700011, H17700006, H647794L6059).
The required base period of performance is as follows:
Base Year: May 25, 2026 to May 24, 2027
Option Year 1: May 25, 2027 to May 24, 2028
(vi) Place of Performance:
NIH/NIAID
10 Center Drive
Bethesda, MD 20892
USA
(viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
(ix) The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.
Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Add as required
(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer.
(xi) The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition.
(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition.
(xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. NONE
(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xv) Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.
Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
In addition the Unique Entity Identifier (UEI) , the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”
All responses must be received by May 21, 2026 at 4:00 p.m. EST and solicitation number 75N98026Q00320. Responses may be submitted electronically to Elaine Estrella, Contract Specialist at elaine.estrella@nih.gov or Brian Lind, Contract Specialist at brian.lind@nih.gov.
(xvi) The name and telephone number of the individual to contact for information regarding the solicitation.
Elaine Estrella, Contract Specialist, elaine.estrella@nih.gov
Elaine Estrella
DEPARTMENT OF HEALTH AND HUMAN SERVICES
NATIONAL INSTITUTES OF HEALTH
NATIONAL INSTITUTES OF HEALTH OLAO
NATIONAL INSTITUTES OF HEALTH OLAO
6011 EXECUTIVE BLVD., SUITE 503L
BETHESDA, MD, 20892
NAICS
Electronic and Precision Equipment Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
Set-Aside
No Set aside used