Maxwell RSC 48 DNA Extraction Systems
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) is conducting market research through a Sources Sought Notice to identify potential sources for Promega Maxwell RSC 48 DNA Extraction Systems and associated services. This is for a potential five-year Blanket Purchase Agreement (BPA) to support FDA field laboratories. Responses are due by April 22, 2026, 10:00 AM ET.
Purpose
This notice is for market research only and is not a solicitation. The FDA aims to gain knowledge of potential qualified sources and their size classifications (relative to NAICS 334516) to inform its acquisition strategy for these brand-name systems.
Scope of Work
The requirement is for Promega Maxwell RSC 48 DNA Extraction Systems (brand name only; no substitutes) to support regulatory molecular detection methods. The scope includes:
- Systems: Seven (7) systems in the base year to specific FDA labs (Irvine, CA; Jefferson, AR; Atlanta, GA; Alameda, CA; Jamaica, NY; Denver, CO; Bothell, WA), with one (1) to two (2) systems per year for four option years.
- Components: Each system must include the Maxwell RSC 48 Instrument, Tablet PC with software, USB cable, power cables, deck trays, UV bulb, tablet holder, Quantus Fluorometer and accessories, Quick Start Guide, Set-up Guide, and two additional trays.
- Services: Delivery within 90 days of award (FOB Destination, inside delivery), installation by a qualified field system engineer within 14 days of delivery, on-site training for up to three users per lab within 14 days of delivery, and a minimum one-year warranty on non-consumable items/parts with unlimited telephone/email support.
Contract & Timeline
- Type: Sources Sought (anticipates a Firm Fixed-Price Blanket Purchase Agreement).
- Period: Base year (12 months) plus four (4) 12-month option periods.
- Set-Aside: Market research is being conducted to determine the small business set-aside strategy. Responses from all small business types (SDB, WOSB, SDVOSB, VOSB, HUBZone, 8(a)) are highly encouraged.
- NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing.
- Response Due: April 22, 2026, 10:00 AM ET.
- Published: April 10, 2026.
Acquisition Strategy
The FDA anticipates limited competition for this brand-named commercial item (FAR 13.501(a)(1)(ii)), restricted to vendors providing the specified Promega system (manufacturer and authorized resellers). The Government is also interested in determining if the requirement can be met via GSA Federal Supply Schedule (FSS).
Response Instructions
Interested parties must review the attached Sources Sought Notice and respond using the provided SSN Response Form. Submissions should be sent via email to Michele Jackson at Michele.Jackson@fda.hhs.gov. The form requires company information, business size/socioeconomic status, GSA FSS details, service capabilities, delivery/performance capabilities, pricing information, and a brief capabilities statement (max 2 pages).