Olink Signature Q100 Preventative Maintenance
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 Department of the Naval Medical Research Command (NMRC) intends to award a sole source contract to Olink in Waltham, MA for Preventative Maintenance services for their Olink Signature Q100 instrument. This is a special notice, and while the government intends to sole source, all responses from interested parties will be considered. The requirement is for brand name equipment services at Silver Spring, MD. Responses are due by February 9, 2026, at 3:00 PM EST.
Scope of Work
The contract covers essential maintenance to re-establish coverage for the Olink Signature Q100 instrument (SN: 170293), which is critical for proteomic analysis of clinical samples. Key services include:
- Pre-inspection of the Olink Signature Q100 instrument.
- Annual on-site preventative maintenance visits.
- On-site maintenance response services within 3 business days of dispatch.
- Phone and email technical support.
- Software updates.
Contract & Timeline
- Type: Firm Fixed-Price contract.
- Duration: Base year plus two option years for preventative maintenance.
- NAICS Code: 541380 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment).
- Product Service Code (PSC): J066.
- Set-Aside: This is a sole-source justification under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, as market research indicated Olink Proteomics Inc. is the sole authorized vendor for maintenance services in North America.
- Response Due: February 9, 2026, 3:00 PM EST.
- Published: February 2, 2026.
- Place of Performance: Silver Spring, MD 20910, United States.
Evaluation
This notice is not a request for competitive proposals; however, the Government will consider all responses received. The Contracting Officer will determine the anticipated cost to be fair and reasonable through a price analysis. Award will be made to Olink unless other authorized vendors demonstrate capability.
Additional Notes
All contractors must be registered in the System for Award Management (SAM) at www.sam.gov and possess a Unique Entity Identification Number (UEI) to be eligible for award. The previous warranty for the instrument was part of a package purchased on August 19, 2024.
Contact Information
- Primary: SHAMAI CARTER (shamai.m.carter.civ@health.mil)
- Secondary: NATAKI JOHNSON (nataki.s.johnson.civ@health.mil, 301-319-7303)