Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2025 SAM #8662
SPECIAL NOTICE

J -- Notice of Intent; Maintenance and Repair Service Agreement for Tecan Instruments

Notice Date
8/12/2025 12:51:12 PM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
DIVISION 0700 QUANTICO VA 22135 USA
 
ZIP Code
22135
 
Solicitation Number
SHOPPR25000885
 
Response Due
8/22/2025 5:00:00 AM
 
Archive Date
09/06/2025
 
Point of Contact
Bryan Lane, Phone: 703-632-8071
 
E-Mail Address
bvlane@fbi.gov
(bvlane@fbi.gov)
 
Description
Please read this notice carefully as it constitutes the only notice that will be published. The Federal Bureau of Investigation (FBI) intends to negotiate a sole source, firm-fixed-price (FFP) contract for preventative maintenance and repair services to Tecan U.S., Inc., (CAGE Code 1GUA3), 9401 Globe Center Drive, Suite 140, Morrisville, North Carolina, 27560. Currently, there are nineteen (19) Tecan robotic workstations that are being used by the FBI�s Laboratory Division (LD). Tecan U.S. is the only authorized vendor capable of providing hardware, firmware and software updates; and preventative maintenance and repair services of the Freedom EVO 150, Freedom EVO 200, Fluent 480, and the Fluent 780. These workstations are manufactured by Tecan U.S. The maintenance agreement will be for a base year and four (4) one-year option periods. The FBI uses Tecan Robotic Workstations throughout the DNA analytical process. This equipment has been identified as a critical need, therefore requiring annual preventative maintenance visits to be compliant with accreditation and FBI Quality Assurance Standards. The use of any other robotic workstation other than those currently specified in the LD�s quality documentation would require development of new protocols, reviews, and approvals. Any new instrumentation would also require annual preventative maintenance services. The development of the aforementioned protocols is a lengthy, time-consuming process that entails detailed input by all Biologists, Forensic Examiners, Unit Chiefs, and the Biometrics Analysis Section�s (BAS) Technical Leader. The finished product requires review by the LD�s Forensic Analysis Support Unit (FASU), Technical Leader, and the LD�s Quality Manager. Over two (2) decades of work has been committed to the DNA testing process and the instrumentation used. To make any changes would require extensive performance testing, validation, concordance testing, and re-establishment of procedures and re-writing of manuals to remain in compliance with the Quality Assurance Standards. Conducting a developmental validation for any other instrumentation to be utilized by the LD would be a very labor intensive and costly process. The estimated developmental validation could exceed twelve months depending on the number of personnel resources devoted to the project. As more LD resources are devoted to the validation, the output of both DNA casework and database processing would be reduced which would cause an increase in case turnaround time. At the conclusion of a developmental validation, there is no guarantee that any other instrumentation being validated would pass the validation criteria. If the instrumentation does not meet the validation criteria, it would take at least six additional months to develop new standard operating protocols and address new quality assurance and quality control concerns. Tecan U.S. personnel are certified to perform service and preventative maintenance. Tecan U.S. does not guarantee performance of an instrument if the instrument is not serviced by authorized Tecan personnel. Tecan U.S. is the only provider to perform on-site preventative maintenance and repair services. Additionally, in order not to void an existing warranty, all repair work must be done by Tecan U.S. This notice will be distributed solely through the General Services Administration's System for Awards Management website (https://sam.gov/). Interested parties are responsible for monitoring the site to ensure they have the most up-to-date information about this acquisition. The Product Service Code (PSC) is J066; Maintenance, Repair, and Rebuilding of Equipment- Instruments and Laboratory Equipment. The North American Classification System (NAICS) Code is 811210; Electronic and Precision Equipment Repair and Maintenance. The FBI intends to negotiate with only one source under the authority of FAR 6.302-1, (Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). This notice of intent is not a request for competitive quotations; however, interested parties may identify their interests and/or capabilities statement to this requirement by contacting Contracting Officer, Bryan Lane at bvlane@fbi.gov. Responses submitted utilizing other means will not be considered. Telephone requests will not be considered. Information received will be used solely to determine whether to conduct a competitive procurement. A determination by the government not to compete this proposed contract based upon responses to this notice is at the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. This contract will be awarded as a commercial item in accordance with the Federal Acquisition Regulation, Parts 12 and 15. Vendors shall be registered in the System for Awards Management (SAM.gov) to receive government contracts. The FBI uses a financial system that has a direct interface with SAM. Please ensure that your company's SAM information is updated and accurate. This includes TIN, EFT, UEI, addresses, and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e2db596cc6ff411a8aea4e97bc937462/view)
 
Place of Performance
Address: Quantico, VA 22135, USA
Zip Code: 22135
Country: USA
 
Record
SN07546529-F 20250814/250812230043 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.