Annual Service Contract for Sciclone G3 NGSx - Base Year Plus 4 Option Years
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of Agriculture (USDA) Agricultural Research Service (ARS) is seeking proposals for an Annual Service Contract for the maintenance, repair, and rebuild of the Sciclone G3 NGSx instrument. This is a Total Small Business Set-Aside Request for Quotation (RFQ) for a base year plus four option years, to be performed at the USDA ARS facility in Madison, WI. Offers are due May 28, 2026, at 4:00 PM CT.
Opportunity Details
This combined synopsis/solicitation (RFQ 1232SA26Q0592) is for a firm-fixed price requirements contract to ensure the continued smooth operation of the Sciclone G3 NGSx instrument. The scope of work includes preventative maintenance, unlimited repair, and rebuild services. The contractor must utilize patented parts and proprietary software from Revvity Health Sciences and provide direct remote/phone support by certified engineers. Support for existing and custom-designed proprietary workflows is also required. A key performance standard is that the instrument must operate at its original factory performance level. Offerors must demonstrate at least 8 years of successful service, repair, and rebuild experience specific to the Sciclone G3 NGSx.
Contract & Timeline
- Contract Type: Firm-Fixed Price Requirements Contract
- Duration: One base year (September 30, 2026 - September 29, 2027) plus four one-year option periods (September 30, 2027 - September 29, 2031), for a total potential duration of up to five years.
- Set-Aside: Total Small Business Set-Aside (NAICS 811210, 500-employee size standard).
- Place of Performance: USDA, ARS, Cell Wall Biology and Utilization Research, 1925 Linden Dr., Madison, WI 53706. Facility hours are Monday-Friday, 8 AM - 4 PM.
- Key Deadlines:
- Questions Due: May 22, 2026, 12:00 PM Central Time
- Offer Due Date: May 28, 2026, 4:00 PM Central Time
- Published Date: May 6, 2026
Special Requirements & Eligibility
Service must be provided by Revvity factory-trained/certified engineers, using patented parts and proprietary software. Travel for service repair is covered under the contract. Data rights for instrument log data belong to the government. Offerors are not required to meet a qualification requirement to be eligible for award. Wage Determinations for Wisconsin counties (Columbia, Dane, Green, Iowa) apply, requiring compliance with minimum hourly rates and fringe benefits under the Service Contract Act.
Evaluation Criteria
Quotes will be evaluated using the Lowest Price Technically Acceptable (LPTA) method.
- Price Evaluation: Will consider the base period, all option periods, and potential extension under FAR 52.217-8. Offerors must submit pricing for all items.
- Technical Acceptability: Rated as "acceptable" or "unacceptable" based on the offeror's ability to meet requirements and demonstrate understanding of the Statement of Work. Offerors must provide a detailed explanation of their ability to perform and any requirements they cannot accomplish.
- Past Performance: Evaluated as "Acceptable," "Neutral," or "Unacceptable." Offerors' prices must be held firm for 90 calendar days from the offer due date. The government intends to make one award.
Contact Information
Primary Point of Contact: Melissa Santos, melissa.santos@usda.gov.