Notice of Intent to Sole Source for Ongoing Preventative Maintenance Service

SOL #: PCA-NCI-00670Pre-SolicitationSole Source

Overview

Buyer

Health And Human Services
National Institutes Of Health
NATIONAL INSTITUTES OF HEALTH OLAO
BETHESDA, MD, 20892, United States

Place of Performance

Bethesda, MD

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment (J066)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 16, 2026
2
Response Deadline
Mar 23, 2026, 9:00 PM

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 Institutes of Health (NIH) has issued a Notice of Intent (NOI) to award a Firm-Fixed-Price purchase order to Sony Biotechnology Inc. for ongoing preventative maintenance services for the MA900 cell sorter system. This sole-source action is justified by Sony's exclusive manufacturing and service capabilities for the proprietary system. The services will be performed in Bethesda, MD. Interested parties, particularly small businesses, may submit capability statements by March 23, 2026.

Scope of Work

This requirement is for ongoing preventative maintenance services for the MA900 cell sorter system. The services are critical for the continuous function of the system, which requires specialized care due to its sensitivity, specificity, and integrated proprietary software.

Justification for Sole Source

Sony Biotechnology Inc. is identified as the only known responsible source due to several factors:

  • Sole manufacturer and distributor of the MA900 cell sorter system.
  • Does not license third-party technicians for maintenance.
  • Spare or replacement parts are exclusively available from the original manufacturer.
  • Only Sony's factory-trained service engineers are authorized to handle the specialized operating system and proprietary software.
  • Attempts by non-authorized contractors risk voiding the manufacturer's responsibility and warranty.

Contract & Timeline

  • Contract Type: Firm-Fixed-Price purchase order.
  • Duration: The contract includes a base period from July 1, 2026 – June 30, 2027, followed by four option years, extending through June 30, 2031.
  • Set-Aside: This is a Notice of Intent to Sole Source; no set-aside is designated for the intended award. However, the government encourages small businesses (8(a), SDVOSB, HUBZone, SDB, VOSB, WOSB) to demonstrate their capabilities.
  • Response Due: Capability statements must be submitted by Monday, March 23, 2026, at 5:00 p.m. EST.
  • Anticipated Award: Approximately five (5) days after the notice date, unless a capable alternative source is identified.

Submission & Response

This notice is not a request for competitive quotes. However, any interested party, especially small businesses, who believe they can provide the required preventative maintenance services for the MA900 cell sorter system, may submit a capability statement. The government reserves the discretion to compete the award if a capable alternative source is identified. Capability statements should be emailed to david.shen@nih.gov.

People

Points of Contact

David ShenPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Mar 16, 2026
Notice of Intent to Sole Source for Ongoing Preventative Maintenance Service | GovScope