PROAIM Americas, LLC. Preventive Maintenance Servi
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 Institutes of Health (NIH), National Eye Institute (NEI) intends to award a non-competitive contract to PROAIM Americas, LLC. for preventive maintenance services for Zeiss equipment used in the NEI/OD/OCD/COB/CSS laboratory. This notice serves as a presolicitation of intent, but other interested parties may identify their interest and capability. Responses are due April 12, 2026, at 9:00 AM Eastern Time.
Scope of Work
The requirement is for a service agreement to ensure optimal performance of Zeiss equipment utilized in the eye clinic of Bldg. 10 for ongoing research needs. This includes comprehensive preventive maintenance services.
Contract Details
- Type: Non-competitive contract award (intent to award to PROAIM Americas, LLC.)
- NAICS Code: 541519 (Other Computer Related Services)
- Size Standard: $34 Million
- Product Service Code: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment)
- Period of Performance: Anticipated 05/01/2026 to 04/30/2027
- Regulatory Authority: FAR Subpart 13 - Simplified Acquisition Procedures (not exceeding $350,000)
- Statutory Authority: FAR Part 13, Subpart 13.106-1 (b) (1) - Soliciting from a single source.
Submission & Evaluation
This is not a request for competitive proposals at this stage. However, interested parties who believe they can meet the requirement may submit a response identifying their interest and capability. Responses should include:
- A technical proposal
- A cost-price proposal
- Proposed period of performance
- Unique Entity ID (UEI)
- Taxpayer Identification Number (TIN)
- Certification of business size
All offerors must have an active registration in the System for Award Management (SAM.gov). The government reserves the discretion to proceed on a non-competitive basis or conduct a competitive procurement based on responses received.
Eligibility / Set-Aside
- Set-Aside: N/A (Non-competitive intent)
Additional Notes
The solicitation document (75N98026Q00170) outlines potential contract requirements including the reporting of Financial Conflict of Interest (FCOI) in accordance with 45 CFR Part 94, and special contract requirements such as the use of an Earned Value Management System (EVMS) and an Integrated Baseline Review (IBR).