BD FACSLyric, FACSLoader, and FACSDuet Service Agreement
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 NIH Clinical Center intends to award a sole source contract to Becton, Dickinson & Company (BD Biosciences) for a one-year service maintenance agreement covering BD FACSLyric, BD Universal Loader, and BD FACSDuet instruments. This notice is for informational purposes only and does not constitute a request for quotations. Interested parties may submit capability statements by May 14, 2026, 7:00 AM EST.
Scope of Work
This opportunity is for a one-year service maintenance agreement for specific BD flow cytometry instruments (BD FACSLyric 3 laser Serial: Z662383000112, FACSLoader Serial: Z662462000206, BD FACSDuet Serial#: 9230010101). These systems are critical for patient care and laboratory operations within the Department of Laboratory Medicine at the NIH Clinical Center in Bethesda, MD. The services fall under PSC J066 (Maintenance, Repair, and Rebuilding of Equipment – Instruments and Laboratory Equipment) and NAICS 811210 (Electronic and Precision Equipment Repair and Maintenance).
Contract & Timeline
- Contract Type: Sole Source Service Agreement
- Anticipated Period of Performance: August 25, 2026 – August 24, 2027
- Set-Aside: None (Sole Source)
- Response Due: May 14, 2026, 7:00 AM EST
- Published: May 5, 2026
Rationale & Authority
BD Biosciences is identified as the Original Equipment Manufacturer (OEM) and the only vendor capable of providing proprietary maintenance services, certified support, and compatible parts for the required equipment. The use of non-OEM services is deemed to risk system performance and patient care operations. This acquisition is being conducted in accordance with FAR 13.106-1(b)(1), which permits soliciting from a single source when only one source is reasonably available. Acquisitions under FAR Part 13 (Simplified Acquisition Procedures) are exempt from FAR Part 6 competition requirements.
Response Instructions
This is not a request for quotations. However, interested parties may submit a capability statement demonstrating their ability to meet the Government's requirement. Responses must include:
- Company name and address
- Technical capability
- Proof of OEM authorization
- Relevant past performance
The Government will evaluate received capability statements, but the determination not to compete this requirement remains solely at the Government's discretion.
Submission Details
Responses, referencing POTS: 26-003491, must be submitted electronically to Shasheshe Goolsby (shasheshe.goolsby@nih.gov), Team Leader, Hospital and Laboratory Support Division, Office of Acquisitions and Logistics Management, National Institutes of Health.