Luminex iFlex DRSE Elite Plan
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 USDA Agricultural Research Service (ARS) AFM APD is soliciting proposals for an UNRESTRICTED Luminex Elite Service Plan for an INTELLIFLEX DR-SE instrument. This firm-fixed price requirements contract covers preventative and emergency maintenance at the Center for Grain and Animal Health Research (CGAHR) in Manhattan, Kansas. Proposals will be evaluated using a Lowest Priced Technically Acceptable (LPTA) methodology. Offers are due by April 10, 2026, at 1000 CT.
Scope of Work
This opportunity is for an annual service contract providing preventative and emergency maintenance for a Luminex INTELLIFLEX DR-SE instrument (Serial Number: IFLEXP22250001). The "Elite Service Plan" includes:
- Unlimited emergency repair visits (including travel, parts, and labor).
- Two scheduled preventative maintenance visits per year.
- Priority scheduling for service requests with a target response time of 1 business day.
- Certain software updates and modifications, and 24/7 telephonic and online support.
- PC hardware coverage for specific Luminex instruments. All items must have clear traceability to the Original Equipment Manufacturer (OEM), Luminex, and the contractor must furnish a Certificate of Conformance (COC) in accordance with FAR clause 52.246-15. Work will be performed in a BSL-2 laboratory at CGAHR, Manhattan, Kansas, with contractor personnel escorted in non-public areas.
Contract Details
- Contract Type: Firm-fixed price requirements contract.
- Period of Performance: A Base Year (May 22, 2026, to May 21, 2027) plus two (2) one-year option periods, potentially extending the contract to May 21, 2029. The USDA may extend the contract for up to two additional years.
- Set-Aside: UNRESTRICTED.
- NAICS Code: 811210 (Size Standard: $34 Million).
- Product Service Code: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment).
Submission & Evaluation
- Proposal Submission: Offers must be emailed to kelly.wright@usda.gov with the subject line "RFQ 1232SA26Q0418".
- Key Deadline: Offers are due by April 10, 2026, at 1000 CT.
- Evaluation Criteria: Lowest Priced Technically Acceptable (LPTA). Award will be made to the responsible offeror who submits the lowest priced, technically acceptable proposal.
- Required Documents: Submissions must include a Transmittal Summary Letter, a fully completed and signed SF 1449, a Technical Approach, Documented Experience (2-3 references), and Qualifications (an authorized/certified Luminex service provider letter).
- Wage Determination: Bidders must comply with Wage Determination No. 2015-5337, Revision No. 28, for Kansas Counties of Pottawatomie and Riley, which outlines minimum wage rates and fringe benefits.
Additional Notes
Contractor travel to CGAHR for service visits is paid by the contractor. Service reports are required electronically within five business days of each maintenance visit.