High Throughput Long-Read Sequencer System Corrective/Remedial Repair and Preventive Maintenance Service
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), National Center for Toxicological Research (NCTR), Division of Genetic and Molecular Toxicology (DGMT) has issued a combined synopsis/solicitation for a Firm-Fixed-Price contract for Corrective/Remedial Repair and Preventive Maintenance Service for a PacBio Revio High Throughput Long-Read Sequencer System. This service is critical for public health projects involving mutation analysis on biological samples at the FDA facility in Jefferson, AR. Proposals are due by February 20, 2026, at 1:00 PM Central Time.
Scope of Work
The requirement is for a comprehensive Service and Maintenance Agreement for the PacBio Revio High Throughput Long-Read Sequencer System. Key services include:
- Corrective/Remedial Repair and Preventive Maintenance: Must be performed by formally trained and certified Original Equipment Manufacturer (OEM) technicians/engineers, adhering to OEM specifications and using OEM replacement parts.
- Unlimited Maintenance: Covers all corrective/remedial and preventive maintenance, including shipping, labor, travel, and replacement parts.
- On-site Visits: At least one (1) annual on-site visit for routine instrument calibration/certification, including necessary consumable parts.
- Rapid Response: Corrective/remedial repair visits required within 2-3 business days for issues not resolvable remotely.
- Technical Support: Unlimited technical support available Mondays-Fridays (excluding Federal Holidays) from 7:00 AM - 5:00 PM Central Time, with solutions initiated within 8 business hours. Access to manufacturer's call center, OEM technical developments, repair bulletins, and unlimited software/firmware/application updates.
- Deliverables: Service Records and Reports for each service call or preventive maintenance visit.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance: A base year from March 1, 2026, to February 28, 2027, with three (3) one-year option periods, extending potentially through February 28, 2030.
- Place of Performance: U.S. Food and Drug Administration, National Center for Toxicological Research, Jefferson, AR.
- Product/Service Code: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment).
- NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance) with a small business size standard of $34.0 million.
Submission & Evaluation
- Submission Deadline: February 20, 2026, at 1:00 PM Central Time.
- Submission Method: Via e-mail to howard.nesmith@fda.hhs.gov.
- Evaluation Criteria: Award will be made to the Lowest Price Technically Acceptable (LPTA) and responsible offeror, based on Technical Acceptability and Price. Technical Acceptability will be determined by reviewing submitted information to ensure proposed services meet all technical requirements.
- System Inspection: Offerors have the opportunity to inspect the system by contacting the Contract Specialist/Contracting Officer.
Eligibility & Notes
- Set-Aside: This is an unrestricted requirement, open to Full and Open competition.
- Offerors must be registered and active in SAM.gov.
- Electronic documents must not contain macros.
- The solicitation incorporates various FAR and HHSAR clauses by reference.