Small Business Set Aside - Comprehensive service coverage of a Bruker Avance III 400 MHz Nuclear Magnetic Resonance Spectrometer (NMR).
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 the Army is soliciting proposals for comprehensive service coverage of a Bruker Avance III 400 MHz Nuclear Magnetic Resonance Spectrometer (NMR) located at the Army Research Laboratory (ARL) in Aberdeen Proving Ground, MD. This is a Firm Fixed Price (FFP) contract designated as a Total Small Business Set-Aside. Proposals are due by April 29, 2026, at 11:59 AM ET.
Scope of Work
The requirement is for comprehensive service and maintenance coverage for one Bruker Avance III 400 MHz NMR system, including all associated hardware, electronics, accessories, and probes. This is a non-personal services contract, meaning contractor employees will be managed by the contractor and not by Government officials. Detailed specifications are provided in the attached Performance Work Statement (PWS).
Contract Details
- Contract Type: Firm Fixed Price (FFP) service contract.
- Period of Performance: A base year from May 25, 2026, to May 24, 2027, with two (2) one-year option periods (CLINs 0002-0003) that may be exercised by the Contracting Officer.
- Place of Performance: Army Research Laboratory, 6300 Rodman Road, Building 4600, Aberdeen Proving Ground, MD 21005.
- Set-Aside: This is a Total Small Business Set-Aside under NAICS code 811210 (size standard $34,000,000.00). If no acceptable offers are received from small businesses, it may convert to full and open competition.
- Payment: Mandatory electronic invoicing via Wide Area WorkFlow (WAWF). Payment terms of less than net thirty (30) days are unacceptable, and contract financing is not available.
- Clauses: The solicitation incorporates numerous FAR and DFARS clauses by reference and in full text, including requirements related to covered defense telecommunications equipment (FAR 252.204-7017) and WAWF payment instructions (FAR 252.232-7006).
Submission & Evaluation
- Submission Deadline: April 29, 2026, at 11:59 AM ET.
- Submission Method: Proposals must be submitted via email to Contract Specialist Kevin Manley (kevin.c.manley.civ@army.mil) and Contracting Officer Melissa Murphy (melissa.m.murphy20.civ@army.mil).
- Evaluation Criteria: A comparative evaluation will be conducted based on Price, Technical Capabilities/Specification, and Past Performance. Award will be made to the offer most advantageous to the Government, which may not necessarily be the lowest-priced offer.
- Requirements: Offerors must provide their business size relative to the specified NAICS code and identify any socioeconomic categories. Any exceptions or conditions to the solicitation must be clearly stated in a cover letter.
Points of Contact
- Primary: Kevin Manley (kevin.c.manley.civ@army.mil, (520) 691-4763)
- Secondary: Melissa M Murphy (melissa.m.murphy20.civ@army.mil, (520) 672-9589)