Service Agreement for CytoFlex S Machine
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 Department of Health and Human Services (DHHS), on behalf of the National Cancer Institute (NCI), has issued a non-competitive combined synopsis/solicitation (RFQ 75N98026Q00024) with the intent to award a purchase order to Beckman Coulter Inc. for a Service Agreement for a CytoFlex S Instrument. This acquisition is conducted under Simplified Acquisition Procedures (FAR Part 13, Subpart 13.5, and Part 12) and is expected to exceed the simplified acquisition threshold. Responses are due by February 9, 2026, at 9:00 a.m. EST.
Scope of Work
The requirement is for a 12-month PT Protective Service Agreement for the CytoFlex S Machine. Services include:
- Proactive service to maximize uptime.
- On-site labor, travel, and parts during Beckman's normal business hours.
- Priority on-site service support and technical phone support.
- Additional key operator training during service visits.
- Annual scheduled preventative maintenance performed to factory specifications.
- Fixed maintenance costs.
- Service provided by authorized and factory-certified BCI technicians.
- Includes engineering modifications supported by genuine new parts.
Contract & Timeline
- Type: Non-competitive, Firm Fixed-Price Purchase Order (RFQ 75N98026Q00024)
- NAICS: 811210 (Small Business Size Standard: $34M)
- Period of Performance: February 11, 2026, to February 10, 2027
- Set-Aside: None (Non-competitive intent to award to Beckman Coulter Inc.)
- Response Due: February 9, 2026, 9:00 a.m. EST
- Published: February 4, 2026
Evaluation
The Government will award to the responsible offeror whose offer is most advantageous, considering (i) technical capability, (ii) past performance, and (iii) price. Technical and past performance, when combined, are significantly more important than cost or price. The Government will determine whether to proceed on a non-competitive basis or conduct a competitive procurement based on responses.
Submission Requirements
Offerors must submit a price quote including unit price, list price, shipping, delivery terms, and product details. A technical proposal demonstrating capability related to evaluation criteria is also required. The price proposal must detail labor categories, hours, hourly rates, and ODCs. All offerors must have an active SAM.gov registration and include their Unique Entity ID, Taxpayer Identification Number (TIN), and business size certification. Completed FAR 52.212-3 (Offeror Representations and Certifications) is required, or confirmation of completion on SAM.gov. Additionally, offerors must complete and submit FAR 52.204-24 and FAR 52.204-26 regarding telecommunications equipment.
Contact Information
Submit responses electronically to Kevin Alvarez at kevin.alvarez@hhs.gov.