RFQ 75F40126Q00091 Dual Dissolution

SOL #: 75F40126Q00091Combined Synopsis/Solicitation

Overview

Buyer

Health And Human Services
Food And Drug Administration
FDA OFFICE OF ACQ GRANT SVCS
Rockville, MD, 20852, United States

Place of Performance

San Juan, PR

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Laboratory Equipment And Supplies (6640)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 20, 2026
2
Submission Deadline
May 8, 2026, 4:00 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 Food and Drug Administration (FDA), specifically the San Juan Medical Products Laboratory (SJNLMP), is seeking quotations for a Dual Dissolution System with Autosampler and Controller Software (RFQ 75F40126Q00091). This system is required to replace an obsolete unit, ensuring compliance with cGMP/cGLP, ISO/IEC 17025:2017, ISO 9001:2008, and 21 CFR Part 11 standards. This opportunity is a Total Small Business Set-Aside. Quotations are due by May 8, 2026, at 4:00 PM ET.

Scope of Work

The contractor will provide a modern, fully functional bathless dual dissolution system with an integrated autosampler, PC workstation, controller software, and serialized instrument components. The system will be used for routine sample analysis of medical products. Key requirements include:

  • Dissolution Instruments: Two bathless 115V instruments, each with six spindle drives, color touch screen, quick-change paddles/baskets, automatic height adjustment, wireless RTD shaft assemblies, paddle blades, 1L amber glass vessels, and vessel covers (all serialized/certified).
  • Autosampler: 115V autosampler with precision syringe pumps, optimized pathway, capability to sample from two dissolution baths, six positions, media replacement/recycling, 100 method storage, and time point sampling as soon as 5 minutes.
  • Autosampler Filter System: Two filter systems (one per bath) capable of utilizing 25 mm syringe filters, test tube racks, HPLC vial racks, connection cables, sample probes, elbow fittings, filter disks, and glass test tubes.
  • Controller Software and Workstation: PC station with Monitor (Win 11), one license, capable of controlling dissolution baths and autosampler, 21 CFR Part 11 compliant, including USB Communication Hub and Cables.
  • Delivery & Installation: System installation within 90 days of award by factory-certified personnel, including inside delivery, setup, cleanup, IQ/OQ, and performance verification.
  • Documentation: Electronic IQ/OQ documentation, instrument/software user manuals, and installation/operation qualification documentation.
  • Training: Onsite familiarization training for 3-5 users.

Contract & Timeline

  • Contract Type: Combined Synopsis/Solicitation (RFQ), Firm-Fixed-Price.
  • Period of Performance: One (1) year base period, with delivery, installation, and training within 6-8 weeks after contract award.
  • Set-Aside: Total Small Business Set-Aside.
  • NAICS Code: 334516 (Analytical Laboratory Instrument Manufacturing) with a size standard of $41.5 million.
  • Published Date: April 20, 2026.
  • Questions Due: May 5, 2026, by noon EST.
  • Quotations Due: May 8, 2026, by 4:00 PM ET.

Evaluation

Proposals will be evaluated based on Technical and Price, which are approximately equal in importance. Non-price factors combined are approximately equal to price. Offerors must clearly identify the manufacturer, model number, and country of manufacture.

Special Requirements & Notes

  • Equipment must be newly manufactured; refurbished or used units are not accepted.
  • A minimum 3-year limited warranty for parts and labor is required, including technical support, onsite response within 72 hours, and one preventative maintenance visit.
  • Vendor must provide proof of IQ/OQ certification.
  • Offerors must comply with the Buy American-Supplies provision.
  • Quotations must be submitted in two volumes: Technical (excluding pricing) and Price (including completed pricing schedule from Attachment 2).
  • Contact for questions: Erika Crawford (erika.crawford@fda.hhs.gov).
  • Place of Performance: FDA, San Juan Medical Products Laboratory, San Juan, PR 00901.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 20, 2026
RFQ 75F40126Q00091 Dual Dissolution | GovScope