FDA NCTR Preventive maintenance-repair (PM/R) service agreement for Bruker 7T scimaX mass spectrometer
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. Food and Drug Administration (FDA), on behalf of the National Center for Toxicological Research (NCTR), Division of Systems Biology (DSB), is seeking a Preventive Maintenance-Repair (PM/R) Service Agreement for a Bruker 7T scimaX mass spectrometer (S/N: 185931000205) located in Jefferson, AR. This Firm-Fixed Price solicitation is critical for maintaining optimal instrument performance for toxicity and developmental studies. Quotes are due April 13, 2026.
Scope of Work
The requirement is for a comprehensive PM/R service agreement, including:
- Annual on-site preventive maintenance visit.
- Priority technical support (email/phone) during business hours.
- Engineer labor, travel, and factory-certified replacement parts for on-demand corrective maintenance, including one laser, with a 5-business day response target.
- Direct access to the manufacturer's call center staffed by senior engineers.
- Compass Data Analysis software and firmware updates.
- All maintenance to be performed by formally trained and certified technicians following OEM specifications.
- Provision of field service reports detailing work performed.
Contract Details
- Contract Type: Firm-Fixed Price.
- Period of Performance: A base period of six months (April 15, 2026 - October 14, 2026), followed by two one-year option periods (Option Year 1: October 15, 2027 - October 14, 2028; Option Year 2: October 15, 2028 - October 14, 2029).
- Place of Performance: Jefferson, AR 72079, United States.
Submission & Evaluation
- Submission Deadline: Quotes must be submitted via email to timothy.walbert@fda.hhs.gov no later than 2:00 PM CDT on April 13, 2026.
- Evaluation Factors: Offers will be evaluated on Technical Acceptability and Price. The lowest priced offer will be evaluated first; if not technically acceptable, the next lowest will be considered. Technical acceptability requires sufficient descriptive material demonstrating compliance with all technical requirements.
- Eligibility: This is a full and open competition. Offerors must be registered and active in SAM.gov. The NAICS code is 811210 (Electronic and Precision Equipment Repair and Maintenance) with a small business size standard of $34 million.
Additional Notes
Offerors have the opportunity to inspect the system by contacting the Contract Specialist/Contracting Officer. All electronic documents must be submitted without macros, and compliance with Section 508 accessibility standards is required for ICT.