One-year Preventive Maintenance and unlimited repair agreement for a Thermo Fisher Tundra Transmission Electron Microscope and associated software programs
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 Food and Drug Administration (FDA), under the Department of Health and Human Services, is conducting a Sources Sought (SSN) market survey to identify qualified sources for a one-year Preventive Maintenance and unlimited repair agreement for a Thermo Fisher Tundra Transmission Electron Microscope and associated software. This is not a solicitation. Capability statements are due by May 13, 2026.
Scope of Work
The required services include:
- One (1) scheduled on-site planned preventive maintenance visit annually, including labor, travel, and OEM parts.
- Unlimited on-site Corrective Maintenance/Repairs with a target 2-business day response time for service calls not resolvable remotely.
- Use of certified Original Equipment Manufacturer (OEM) parts for all repairs and maintenance.
- Services performed by formally trained and certified OEM technicians/engineers experienced with the specific instrument.
- Access to manufacturer's latest technical developments, repair procedures, application updates, diagnostic software, and planned maintenance procedures.
- Unlimited OEM system software, firmware, and hardware support and updates.
- Unlimited priority access to technical support Monday-Friday, 8:00 AM - 5:00 PM Eastern Time.
- Access to the manufacturer's call center for FDA technical and system operator personnel.
- Pricing must be inclusive of labor, travel, replacement parts, components, and subassemblies.
- Provision of a field service report/ticket after each preventive maintenance visit.
Contract & Timeline
- Contract Type: Sources Sought (Market Survey)
- Anticipated Period of Performance: July 15, 2026 - July 14, 2027
- Place of Performance: US FDA/CBER, 10903 New Hampshire Ave., Rm G116, Building 52/72, Silver Spring, MD 20993
- NAICS Code: 811210 – Electronic and Precision Equipment Repair and Maintenance
- Small Business Size Standard: $34 Million
- Response Due: May 13, 2026, 1:00 PM Central Time
- Published Date: May 6, 2026
Submission & Evaluation
Interested contractors must submit capability statements via email to suzanne.martella@fda.hhs.gov. Responses must demonstrate capability and include business name, Unique Entity ID (SAM), business address, website, business size status, point of contact, descriptive literature, past performance (last 3 years), technical information, and capability to meet the two-day response time. Identification of GSA Schedule or Best in Class (BIC) contracts is also requested. Informational pricing is helpful but not required.
Eligibility / Set-Aside
While the target audience is small businesses, other than small businesses are also encouraged to submit capability statements.
Additional Notes
This is a market research tool; responses will not be considered adequate responses to a future solicitation. No proprietary, classified, confidential, or sensitive information should be included. Responses with weblinks will not be opened or viewed.