J--Bruker Spatial Biology Preventative 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. Department of the Interior, on behalf of the National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), intends to award a sole source, firm-fixed-price (FFP) contract to Bruker for preventative maintenance and service support for government-owned CosMx Spatial Molecular Imager and GeoMx Digital Spatial Profiler (DSP) equipment. This is a Special Notice (Notice of Intent to Sole Source) under FAR 6.302-1. Capability statements are due by April 13, 2026.
Scope of Work
The required services include:
- Three planned preventative maintenances per contract period.
- Emergency on-site service support.
- Replacement parts (excluding consumables).
- Software service and updates.
- Unlimited clinical technical telephone support during standard business hours.
- Services must be performed by authorized technicians in accordance with Original Equipment Manufacturer (OEM) procedures.
Contract & Timeline
- Contract Type: Firm-Fixed-Price (FFP) Sole Source
- Anticipated Duration: 12-month base period of performance.
- Product/Service Code: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment)
- Response Due: April 13, 2026, at 10:00 A.M. ET
- Published Date: April 3, 2026
Submission & Evaluation
Interested parties who believe they can meet the requirements may express their interest and demonstrate their capability by submitting a capability statement. Submissions:
- Shall not exceed ten (10) pages.
- Must be sent electronically to Bridgette Ornelas (bridgette_ornelas@ibc.doi.gov) and Desmond Harris (desmond_harris@ibc.doi.gov).
- Should be in a Microsoft Office compatible format or Adobe Acrobat, with text no smaller than 11-point font.
- Maximum file size is 8 MB.
- This is NOT a request for competitive quotes. The Government will consider responses to determine if a competitive acquisition is warranted.
Eligibility / Set-Aside
This is a sole source notice, processed under FAR 6.302-1, as Bruker is identified as the only OEM-authorized provider for the specified equipment.
Additional Notes
- The Government reserves the right to issue a Request for Quote (RFQ) based on responses received.
- No reimbursement will be provided for administrative costs or information incurred in response to this notice.
- Marketing brochures and generic company literature will not be considered.