“Brand Name or Equal” Millipore-Sigma Steritest Symbio Laminar Flow Hood (LFH) pump
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 Food and Drug Administration (FDA) is soliciting quotes for a "Brand Name or Equal" Millipore-Sigma Steritest Symbio Laminar Flow Hood (LFH) pump. This acquisition aims to address bottlenecks in sterility testing processes at their Irvine, CA facility. This is a combined synopsis/solicitation issued as a Request for Quote (RFQ) for commercial items. Quotes are due by February 24, 2026, at 1:00 P.M. (Central Time).
Scope of Work
The FDA requires one (1) "Brand Name or Equal" Millipore-Sigma Steritest Symbio LFH pump. Key requirements include:
- Compatibility with Steritest membrane filtration canister devices.
- Compact design suitable for a 6-foot biosafety cabinet or laminar flow hood.
- Construction from 316L stainless steel, resistant to vaporized hydrogen peroxide gas.
- Adjustable speed control (minimum 200 rpm), integrated pressure monitoring, and pressure regulation/limiting function.
- User interface with a display screen for parameters, alerts, and configuration settings.
- Timer function and ability to store at least 50 filtration protocols.
- Compatibility with specific Millipore-Sigma Steritest Symbio ISL Pump models (Serial # ISL274 and ISL268).
- Components must be newly manufactured, and the offered system must be a turn-key solution, including all necessary hardware, software, and components.
- Operations and maintenance manuals (hard copy and/or electronic) are required.
Contract & Timeline
- Contract Type: Commercial Item-Firm Fixed Price.
- Period of Performance: Delivery within 90 calendar days from the date of award.
- Place of Delivery: FOB Point Destination to FDA/IRVLMP, 19701 Fairchild, Irvine, CA 92612.
- NAICS Code: 334516 – Analytical Laboratory Instrument Manufacturing (Small Business Size Standard: 1000 employees).
- Response Date: February 24, 2026, 1:00 P.M. (Central Time).
- Published Date: February 10, 2026.
Submission & Evaluation
- Quotes must be submitted via email only to warren.dutter@fda.hhs.gov.
- Offerors must provide sufficient technical information to demonstrate that their product meets the salient characteristics.
- Evaluation will be based on the Lowest Priced Technically Acceptable (LPTA) quote.
- Technical acceptability will be determined by reviewing submitted technical information; "Equal" products will be evaluated based on information furnished by the offeror.
- Offerors must include their Unique Entity ID (UEI) number with their quote.
- Proposals must not contain macros or executable files (.exe, .mso).
Eligibility / Set-Aside
- Set-Aside: Full and Open Competition.
- Subject to the Buy American Statute.
- Compliance with Section 508 accessibility standards for Information and Communication Technology (ICT) is required, and offerors must submit an Accessibility Conformance Checklist or Report (ACR).
Additional Notes
Offerors agree to hold prices firm through September 30, 2026. The primary contact is Warren Dutter, Contracting Officer, at (870) 543-7577 or warren.dutter@fda.hhs.gov.