Rebuilding of TRASIS ALL-IN-ONE and Subsequent Maintenance Agreement
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), Office of the Director, Office of Acquisitions, intends to award a non-competitive fixed-price purchase order to iPharmasupports, LLC for the rebuilding of a TRASIS All-In-One unit and a subsequent 3-year maintenance agreement. This effort aims to restore the unit to full functionality for radiochemical synthesis at the NIH facility in Bethesda, MD. This is a combined synopsis/solicitation, and responses regarding capability are due by May 8, 2026.
Scope of Work
The requirement involves comprehensive repair, replacement, and recalibration of the TRASIS All-In-One unit, which has been damaged due to misuse and lack of servicing. Key tasks include:
- Rebuilding vacuum and pressure systems, including lines, valves, regulators, pumps, and sensors.
- Servicing the HPLC system, including pump head rebuilds, lines, filters, and bottles.
- Inspecting, testing, adjusting, and qualifying all 5 syringe actuators and 30 rotary actuators.
- Providing missing installation-package components, installation, qualification, and two days of training.
- A 3-year maintenance and installation service covering software/hardware installation, pre-maintenance inspections, system checks, actuator qualification, replacement/service of various components, HPLC system tests, heater/cooling tests, and operational verification of detectors.
- A one-year warranty on replaced parts is included.
Exclusions
Proactive replacement of electronic cards/boards is excluded unless a specific fault is identified and approved. Other exclusions include computer hardware, software/security updates, site utilities, external gas supply, contamination, misuse, radiation damage, and customer-maintained consumables.
Contract & Timeline
- Type: Non-Competitive Fixed-Price Purchase Order (Combined Synopsis/Solicitation)
- Solicitation Number: PCA-NIMH-02360
- Set-Aside: Not set aside for small business
- NAICS Code: 541690 (Management Consulting Services)
- Product Service Code: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment)
- Response Due: May 8, 2026, 09:00 AM EST
- Published: April 30, 2026
Evaluation & Submission Requirements
Responses must demonstrate the respondent’s capability to provide the required product or service. Price quotations should include unit price, list price, shipping, handling, delivery timeframe, payment terms, F.O.B. point, product/catalog numbers, and descriptions. For brand-name products, respondents must provide product/catalog/model numbers, descriptions, documentation of salient characteristics, quantity, estimated price, shipping/installation charges, and delivery timeframe. Evaluation factors may include past performance, technical capability, special features, warranty, and maintenance availability. Offerors must include their UEI, TIN, business size certification, and be actively registered in SAM.
Additional Notes
This is a non-competitive acquisition under FAR 12.603 and 41 U.S.C. 1901, intended for award to iPharmasupports, LLC. Other interested parties must submit a response demonstrating their capability to fulfill the requirement. Travel costs must be included in pricing. The point of contact is Brian Lind at brian.lind@nih.gov.