Digital Slide Scanner System
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) National Center for Toxicological Research (NCTR) is soliciting quotes for a Digital Slide Scanner System, including warranty and service agreement, to replace aging equipment in its Pathology Lab in Jefferson, AR. This is a Combined Synopsis/Solicitation (RFQ). Questions are due by April 27, 2026, and offers are due by May 4, 2026.
Purpose & Scope
NCTR requires a new Digital Slide Scanner for pathology studies that necessitate digital copies of slides or digital image analysis for data collection. The existing system is outdated and no longer supported, posing network security risks. This acquisition aims to ensure continued research capabilities.
Key Requirements
Offerors must provide a comprehensive solution, detailed in the Technical Capability Response Matrix (Amendment 01), covering:
- Scanning: Capabilities from 1.25X to 40X magnification, minimum 4 MP resolution, specific pixel sizes, and scan speeds for both fluorescent and brightfield channels.
- Image Management: Conversion to TIFF format.
- Software: Image analysis for quantifying cell numbers/areas with various stains, ability to open .svs images, and a minimum of two concurrent licenses for brightfield and fluorescence analysis.
- Hardware: Slide autoloader with at least 50-slide capacity and a dedicated workstation.
- Connectivity: Network server connection for data storage/software, multi-factor authentication (MFA), and data encryption compliant with Executive Order 14028.
- Facility & Power: Footprint under 9'x9' and acceptance of a 110/115V 20 AMP circuit.
- Warranty: Minimum one-year OEM warranty commencing upon FDA acceptance.
- Delivery, Installation & Training: Turn-key solution including delivery, installation, testing, and 3 days of training for FDA personnel.
- Post-Warranty Service: Optional annual on-site service agreements covering preventative/corrective maintenance, technical support, certified technicians, and software/firmware updates.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price.
- Set-Aside: None (Not set-aside for small business concerns).
- NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing (Size Standard: 1000 employees).
- Period of Performance: Delivery within 90 calendar days after award. Base period (including 1-year warranty) from September 1, 2026, to August 31, 2027, with four one-year option periods for post-warranty service.
Submission & Evaluation
- Submission: Offerors must submit an updated quote and a completed Technical Capability Response Matrix (Amendment 01) in both Microsoft Word and Adobe PDF formats. Responses to Section 3 of the matrix must indicate "Meets," "Partially Meets," or "Does Not Meet" for each requirement, with detailed explanations. An Accessibility Conformance Report (ACR) for Section 508 compliance is required. Proposals must not contain macros.
- Evaluation: Technical Capability is considered more important than Price.
- Quote Validity: Minimum through September 30, 2026.
Contact Information
- Primary Contact: David Kramer (david.kramer@fda.hhs.gov)
- Secondary Contact: Nick Sartain (nick.sartain@fda.hhs.gov)
Additional Notes
This solicitation incorporates the Buy American Act and Executive Order 14005. Funds are not presently available, and no award will be made until adequate funds are secured. The government reserves the right to cancel the solicitation.