Maintenance Service Plan for Philips Magnetic Resonance 3T Achieva and Philip MR Mid-Tier Power Supply System
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 Institute of Allergy and Infectious Diseases (NIAID), a component of the National Institutes of Health (NIH), has issued a Notice of Intent (NOI) to award a sole source, firm-fixed price purchase order to Philips North America LLC. This contract is for maintenance services for specialized imaging equipment, including a Philips Magnetic Resonance 3T Achieva and Philips MR Mid-Tier Power Supply System, located within a Biological Safety Level 4 (BSL-4) Integrated Research Facility (IRF) at Fort Detrick, Frederick, Maryland. The intent is based on Philips being the Original Equipment Manufacturer (OEM) and having modified the equipment for BSL-4 operations.
Scope of Work
The required services encompass preventive, remedial maintenance, and repair for the specified Philips imaging equipment (MRI 3T Achieva, Site #532851, Serial #17226, and MR Mid-Tier System, Site #62073790). Key tasks include:
- General system inspection, calibration, lubrication, filter replacement, and minor operational updates.
- Non-emergency remedial maintenance and emergency repairs (2-hour call response, 4-hour on-site response).
- Compliance with CDC Biosafety in Microbiological and Biomedical Laboratories (BMBL) standards for BSL-4 containment.
- Contractor responsibility for all service reports, materials, parts, test equipment, transportation, and labor.
- Special requirements for personnel access, material decontamination, and assistance from IRF imaging staff within the containment area.
- Routine maintenance is scheduled twice annually, with detailed Performance Assurance Checks at 6, 12, and 24-month intervals.
- Note: Batteries for the Uninterrupted Power Supply Systems are explicitly excluded from this service agreement.
Contract Details
- Type: Sole Source, Firm-Fixed Price Purchase Order (Notice of Intent)
- Authority: 41 U.S.C. 3304(a)(1), as implemented by FAR 13.101-b
- Period of Performance: February 1, 2026 – December 31, 2026
- Place of Performance: Frederick, Maryland 21702 (within a BSL-4 IRF)
- Product Service Code (PSC): J066 - Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment
- NAICS Code: 811210 - Other Electronic and Precision Equipment Repair and Maintenance (Size Standard: $34.0 Million)
- Set-Aside: None (intended sole source to Philips North America LLC, an other than small business)
Submission & Evaluation
This is not a solicitation. The Government intends to award to Philips North America LLC. However, interested vendors who believe they can satisfy this requirement are invited to submit a capabilities statement, including past performance, in writing within fifteen (15) days after the publication of this notice (published January 15, 2026). This documentation will be used to determine if a competitive procurement is feasible. The Government plans to award a contract within 30 days of this notice.
Contact Information
For additional information or to submit responses, contact Linda Smith, Contracting Officer, at linda.smith2@nih.gov or 240-236-9341.