Robotic Arm Replacement and Scheduling Software In

SOL #: 140D0426Q0436Combined Synopsis/Solicitation

Overview

Buyer

Interior
Departmental Offices
IBC ACQ SVCS DIRECTORATE (00004)
HERNDON, VA, 20170, United States

Place of Performance

Place of performance not available

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Optical Instruments, Test Equipment, Components And Accessories (6650)

Set Aside

No set aside specified

Timeline

1
Posted
May 6, 2026
2
Submission Deadline
May 21, 2026, 1:00 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 Department of the Interior (DOI), on behalf of the National Cancer Institute (NCI), is soliciting proposals for Robotic Arm Replacement and Scheduling Software Integration Services for an Automated High Throughput Imaging Platform. This is a Small Business Set-Aside opportunity. Proposals are due May 21, 2026.

Scope of Work

This requirement is for one (1) robotic arm system, including mounting hardware and software integration services. The robotic system must be multi-axis, suitable for laboratory automation, and capable of handling SBS-compliant microplates (6-, 96-, 384-, and 1536-well formats). It needs sufficient reach to access the existing robotic mounting table, three auxiliary plate hotels, and the CV8000 instrument nest. Key integration requirements include compatibility with existing scheduling software, interfacing with Yokogawa CV8000 instrument control software, and automated execution of plate transfer sequences. Compatibility with existing safety shielding, interlocks, and barcode readers is also essential. Onsite training for up to four users on operation, troubleshooting, and maintenance is required within ten business days post-installation.

Contract Details

  • Contract Type: Firm Fixed-Price Order.
  • Period of Performance: To be determined at the time of award.
  • Delivery: Within 12 weeks of award, F.O.B. Destination.
  • Installation: Within ten business days of delivery, performed by an OEM certified technician.
  • Warranty: At least 12 months from the date of installation.
  • Estimated Value: Total fixed price is TBD.

Submission & Evaluation

  • Proposal Submission Deadline: May 21, 2026, no later than 9 AM Eastern Time.
  • Questions Deadline: May 13, 2026, no later than 12 PM Eastern Time.
  • Submission Method: Email to Melissa_Onyszko@ibc.doi.gov.
  • Evaluation Criteria: Award will be based on best value, with the technical solution being more important than price.
  • Quote Requirements: Include company details, POC, solicitation number, UEI, completed Provisions (Attachment 1), a technical quote detailing capability, a firm-fixed-price quote in Excel, and a Voluntary Product Accessibility Template (VPAT) (Attachment 5).

Eligibility & Set-Aside

  • This is a Small Business Set-Aside.
  • NAICS Code: 334516 "Analytical Laboratory Instrument Manufacturing" (size standard 1,000 employees).
  • Product Service Code (PSC): 6650 "Optical Instruments, Test Equipment, Components And Accessories."
  • Offerors must be registered in SAM.gov.

Additional Notes

The solicitation incorporates provisions and clauses by reference, accessible at www.acquisition.gov. Digital accessibility conformance to HHS Section 508 standards is required for all ICT deliverables. Offerors must hold prices firm for at least 90 calendar days.

People

Points of Contact

Onyszko, MelissaPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 6, 2026
Robotic Arm Replacement and Scheduling Software In | GovScope