Active Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    NOI- INSTRUMENT MAINTENANCE SERVICE INCUCYTE SX5 (PREVENTIVE SERVICE PLAN FOR SERIAL # IC70052)

    Sol. PCA-NIAID-02804PresolicitationBETHESDA, MD
    Open · 4d remaining
    DAYS TO CLOSE
    4
    closes Apr 28, 2026
    POSTED
    Apr 22, 2026
    Publication date
    NAICS CODE
    811210
    Primary industry classification
    PSC CODE
    J066
    Product & service classification

    AI Summary

    The National Institutes of Health seeks a contractor for a preventive maintenance service plan for the IncuCyte SX5, covering parts and service for one year. The contract includes OEM parts, labor, and software upgrades, with priority response for warranty repairs. This opportunity is non-competitive and intended for Sartorius Corporation, the sole provider for this equipment.

    Contract details

    Solicitation No.
    PCA-NIAID-02804
    Notice Type
    Presolicitation
    Posted Date
    April 22, 2026
    Response Deadline
    April 28, 2026
    NAICS Code
    811210AI guide
    PSC / Class Code
    J066
    Primary Contact
    Jaddua Johnston
    State
    MD
    ZIP Code
    20892
    AI Product/Service
    service

    Description

    PRE-SOLICITATION NON-COMPETITIVE –

    Notice of Intent to Sole Source

    1. SOLICITATION NUMBER: PCA-NIAID-02804

    TITLE: Instrument Maintenance Service IncuCyte SX5 (Preventive Service Plan for serial # IC70052)

    1. RESPONSE DATE: April 28, 2026 at 4:00 pm EST.

    1. PRIMARY POINT OF CONTACT:

    Jaddua Johnston

    jaddua.johnston@mail.nih.gov

    Phone: 240-569-0006

    1. INTRODUCTION:

    THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).

    The Laboratory of Viral Diseases (LVD) carries out investigations of the molecular biology of viruses, the interactions of viruses with host cells, the pathogenesis of viral diseases, and host defence mechanisms. These studies are designed to increase fundamental knowledge and facilitate the development of new approaches to the prevention of treatment of disease. The goals of the Laboratory of Viral Diseases (LVD) are to determine the mechanisms used by viruses to infect cells, express and replicate their genomes, assemble infectious particles, and evade the host immune response. Basic information obtained from these studies is used to design antiviral agents and live and subunit recombinant vaccines. The LVD has a major program of research on the biology of poxviruses and the use of poxviruses to make recombinant vaccines. This work has direct importance for biodefense in view of the great similarity between vaccinia virus and variola virus, the agent that causes smallpox. Much of the research performed at the LVD utilizes the use of live imaging systems for collection of data from samples, and software analysis of that data

    1. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS

    NAICS code 811210 Electronic and Precision Equipment Repair and Maintenance @ $34,000,000. This acquisition is NOT set aside for small businesses.

    1. REGULATORY AUTHORITY

    This acquisition will be conducted using FAR Part 12 – Acquisition of Commercial Items in conjunction with FAR Part 13 – Simplified Acquisition Procedures, as applicable. The resultant contract will include all appropriate provisions and clauses in effect through the current Federal Acquisition Circular (FAC)..

    1. STATUTORY AUTHORITY

    This acquisition is being conducted under the authority of:

    FAR 6.302-1 – Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements (41 U.S.C. 3304(a)(1))

    1. DESCRIPTION OF REQUIREMENT:
    1. PURPOSE AND OBJECTIVES:

    The purpose of this contract (Preventive Service Plan for serial # IC70052) is to provide coverage for parts and service for any required maintenance of the IncuCyte SX5 during the one-year period of performance specified in the order. The coverage applies to the instrumentation and software/hardware, and includes labor, travel expenses and Original Equipment Manufacturer (OEM) parts.

    C. CONTRACTOR REQUIREMENTS

    The contractor will be expected to deliver:

    • (OEM) certified technician that will perform 1 (one) Preventive Maintenance (PM) inspections during the period of performance.
    • Coverage for repair, OEM parts, labor and travel.
    • Priority response - IncuCytes under warranty in need of repair take precedence over non-warranty units in need of repair.
    • Software Upgrades as released.

    D. GOVERNMENT RESPONSIBILITIES

    The government will provide access to instruments for service technicians, including escorts from the front guard desk to the instrument.

    E. REPORTING REQUIREMENT AND DELIVERABLES

    The deliverables are prompt response to all service requests, with a repair completed within 24 hours. Deliverables are documentation of all service visits, including a listing of any new parts provided.

    F. PERIOD OF PERFORMANCE

    The length of the contract will be 12 months with a Proof of Purchase (POP) of 05/01/2026 through 04/30/2027.

    G. PLACE OF PERFORMANCE

    The Incucyte SX5 is currently located at:

    National Institutes of Health

    NIAID/LVD

    Building 33 Room 3W20

    33 North Drive

    Bethesda, MD 20892

    H. PARTIAL PAYMENT REQUIRED                 

    Payments shall be invoiced by vendor and disbursed by the NIH in full before the contract start date.

    I. PROGRAM MANAGEMENT AND CONTROL REQUIREMENTS

    Certified OEM service technicians will be accompanied by a member of the LVD at all times due to the security requirements of Building 33.

    J. INSPECTION AND ACCEPTANCE CRITERIA

    The LVD will independently determine the proper functioning of the instrumentation to determine if service requests were resolved properly, and when it is determined that the instrument is not functioning as expected, the LVD will request addition service support.

    1. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION

    The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Sartorius Corporation is the only vendor in the marketplace that can provide the services required by NCATS. The equipment is proprietary to its manufacturer, Sartorius Corporation, and this company is the sole provider of maintenance for this equipment.

    In accordance with FAR part 10, extensive market research was conducted to reach this determination. Additionally, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of the GSA Advantage, Dynamic Small Business Search, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only Sartorius Corporation is capable of meeting the needs of this requirement.

    The intended source is:

    Sartorius Corporation

    545-1 Johnson Avenue

    Bohemia, NY 11716

    United States

    1. CLOSING STATEMENT

    THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice.

    A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response.

    Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

    All responses must be received by the closing date and time of this announcement and must reference the solicitation number, PCA-NIAID-02804. Responses must be submitted electronically to Jaddua Johnston, Contract Specialist at Jaddua.Johnston@nih.gov.

    Key dates

    1. April 22, 2026Posted Date
    2. April 28, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    NOI- INSTRUMENT MAINTENANCE SERVICE INCUCYTE SX5 (PREVENTIVE SERVICE PLAN FOR SERIAL # IC70052) is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.