Extended Warranty Maintenance Support for Flow Cytometry Equipment
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 National Institutes of Health (NIH), Office of the Director, Office of Acquisitions, intends to award a non-competitive, firm-fixed price purchase order to Becton Dickinson for Extended Warranty Maintenance Support for Flow Cytometry Equipment. This is a Notice of Intent (NOI) to procure essential maintenance for equipment at the National Institute on Aging (NIA) Intramural Research Program (IRP) Flow Cytometry Shared Resource Laboratory. Responses from interested parties are due by May 15, 2026, at 4:00 p.m. EST.
Scope of Work
This requirement is for continued extended warranty maintenance support for the BD Biosciences FACSDiscover S8 BRVYGUV (S/N R66515800039), including all lasers. The purpose is to ensure the equipment remains fully functional and calibrated for ongoing biomedical research and longitudinal studies conducted by the NIA IRP.
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order (Non-competitive Notice of Intent)
- Duration: Base Year (May 25, 2026 - May 24, 2027) with two one-year options:
- Option Year 1: May 25, 2027 - May 24, 2028
- Option Year 2: May 25, 2028 - May 24, 2029
- Set-Aside: None (no set aside restrictions)
- NAICS: 811210 (Small Business Size Standard: $34 million)
- Response Due: May 15, 2026, 4:00 p.m. EST
- Published: May 11, 2026
- Place of Performance: NIH/NIA, 251 Bayview Blvd., RM 3C001, Baltimore, MD 21224, USA
Evaluation
This is a non-competitive acquisition under FAR Part 12.603 and 41 U.S.C. 1901, and FAR 6.302-3(a)(2)(ii). Interested parties who believe they can provide the required brand-name product or equivalent services must submit a response demonstrating their bona-fide capabilities. Responses should include:
- Product, catalog, model, and/or part number(s).
- Product description and documentation proving the item meets salient characteristics.
- Price quote details: unit price, list price, shipping, handling, delivery days, payment terms, F.O.B. Point.
- Other factors: past performance, special features, warranty, maintenance availability.
- Required: Unique Entity Identifier (UEI), Taxpayer Identification Number (TIN), and certification of business size. Offerors must have an active registration in SAM.gov.
Additional Notes
Applicable FAR clauses include 52.212-1 (Instructions to Offerors), 52.212-2 (Evaluation), 52.212-3 (Representations and Certifications), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Statutes or Executive Orders). The Defense Priorities and Allocations System (DPAS) is not applicable.