SOLICITATION NOTICE
J -- Service Agreement for multiple Opera Phenix, Operetta CLS, and associated equipment
- Notice Date
- 7/30/2025 7:23:09 AM
- Notice Type
- Presolicitation
- NAICS
- 811210
—
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95025R00044
- Response Due
- 8/14/2025 6:00:00 AM
- Archive Date
- 08/29/2025
- Point of Contact
- Patricia da Silva, Christine Frate
- E-Mail Address
-
patricia.dasilva@nih.gov, christine.frate@nih.gov
(patricia.dasilva@nih.gov, christine.frate@nih.gov)
- Description
- NOTICE OF INTENT to Sole Source SOLICITATION NUMBER: 75N95025R00044 TITLE: Service Agreement for multiple Opera Phenix, Operetta CLS, and associated equipment CLASSIFICATION CODE: J066 � MAINT/REPAIR/REBUILD OF EQUIPMENT INSTRUMENTS AND LABORATORY EQUIPMENT NAICS CODE: 811210 - Electronic and Precision Equipment Repair and Maintenance RESPONSE DATE: August 14, 2025, at 09:00 AM EDT PRIMARY POINT OF CONTACT: Patricia da Silva patricia.dasilva@nih.gov Phone: 301.827.1980 DESCRIPTION: 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 National Institutes of Health (NIH) National Center for Advancing Translational Sciences (NCATS) intends to negotiate on a sole source basis with Revvity Health Sciences, Inc., 68 Elm Street, Hopkinton, MA 01748-1602, for the preventative maintenance services on existing Operetta CLS (1), Opera Phenix (6), Flex 750 and robot fixed cell units at NCATS. The circumstances that limit the availability is that Revvity is the only entity authorized to supply genuine parts for this equipment and to repair this equipment. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS The intended procurement is classified under NAICS code 811210 - Electronic and Precision Equipment Repair and Maintenance with a Size Standard of $34 million. REGULATORY AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5�Simplified Procedures for Certain Commercial Products and Commercial Services, U.S.C 41 �1901 Simplified acquisition procedures, the statutory authority of 41 USC � 3304 � Use of noncompetitive procedures. The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2025-04 dated May 12, 2025. This acquisition is conducted under the procedures as prescribed in FAR subpart 13.5�Simplified Procedures for Certain Commercial Products and Commercial Services and FAR subpart 12�Acquisition of Commercial Products and Commercial Services at an amount exceeding the SAT, and not exceeding $7.5 million. DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES: The National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) requires a service maintenance agreement to support our existing high throughput microplate-based automated imaging systems (Operetta CLS; 1), the high throughput confocal imaging system (Opera Phenix; 6), and the Flex 750 plate handler and Robot Fixed Cell. These instruments are used throughout NCATS DPI for a wide variety of uses, including monitoring and recording cellular-level biological activities or changes in living cells, measuring and analyzing stem cell growth and differentiation, phenotypic screening and high content screening to measure changes in fluorescence and colorimetric data in tissues in response to drug treatments. This service agreement would cover critical, highly utilized instruments that will allow continuous service from this equipment, thus preventing costly work stoppages and protecting the integrity of our research. Project requirements: Please see STATEMENT OF WORK (SOW) attached to this posting. ESTIMATED PERIOD OF PERFORMANCE: Coverage period of service agreement is 12 months. 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, Revvity Health Sciences, Inc. is the only sole proprietor of these systems. Only this suggested source can furnish the requirements, to the exclusion of other sources, because only Revvity is authorized to work on the systems. The intended source is: Revvity Health Sciences, Inc. 68 Elm St Hopkinton, MA 01748 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. 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 Unique Entity ID (UEI), 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, 75N95025R00044. Responses must be submitted electronically to Patricia da Silva, Contract Specialist, at patricia.dasilva@nih.gov and Christine Frate, Contracting Officer, at christine.frate@nih.gov. U.S. Mail and fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b024cae8c73041ccbb96671783d191b3/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07529897-F 20250801/250730230056 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |