Special Notice of Intent
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 (HHS) intends to award a sole source, firm-fixed-price contract to Beckman Coulter for maintenance and preventive maintenance services for a Beckman Coulter Cytoflex S Instrument. This notice is an Intent to Award and not a request for competitive quotes. Interested parties must respond within five (5) calendar days of the notice's publication.
Scope of Work
This requirement is for all labor, material, and equipment necessary to maintain and provide preventive maintenance for a specific Beckman Coulter Cytoflex S Instrument (Serial No. BD24128). This instrument is critical for the Lymphoid Malignancies Branch (LyMB) at the National Cancer Institute (NCI), supporting research into lymphoma pathogenesis and therapeutic vulnerabilities. Services must ensure proper calibration, maintenance, and replacement parts.
Contract & Timeline
- Type: Sole Source, Firm-Fixed Price
- Duration: 12-month base period upon award
- Set-Aside: None (Sole Source)
- NAICS: 811210 (Electronic and Precision Equipment Repair and Maintenance)
- PSC: J066 (Maintenance, Repair, and Rebuilding of Equipment- Instruments and Laboratory Equipment)
- Response Due: February 25, 2026 (five calendar days from publication)
- Published: February 20, 2026
- Place of Performance: Bethesda, MD 20892
Submission & Evaluation
This is a Notice of Intent to Award a Sole Source Contract, not a solicitation. Interested parties may identify their interests and capability to respond within the specified timeframe. Responses must provide clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely to determine if a competitive procurement is feasible. The decision to compete remains at the Government's discretion.
Additional Notes
The sole source justification is based on Beckman Coulter, Inc. being the Original Equipment Manufacturer (OEM) and the only service provider with the proprietary software and factory-trained engineers required to service the specific Cytoflex S Instrument. Market research confirmed that services for this model are exclusively available from the OEM. Price reasonableness will be determined by comparing proposed pricing with previous pricing and an Independent Government Cost Estimate (IGCE). Capability statements must be submitted via email to wendy.wallace@hhs.gov.