The purpose of this acquisition is to acquire a se
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 National Institute on Drug Abuse (NIDA), part of the National Institutes of Health (NIH), is seeking proposals for a Preventative Maintenance and Service Package for a BBI-piPET-UHR primate positron emission tomography (PET) scanner. This Small Business Set-Aside opportunity aims to ensure the scanner's high-quality imaging performance for substance use disorder research. Proposals are due May 25, 2026, at 5 PM EST.
Scope of Work
The contractor will provide comprehensive maintenance and support services for the BBI-piPET-UHR PET scanner located at the Biomedical Research Center (BRC) in Baltimore, Maryland. Key deliverables include:
- Annual Preventative Maintenance: One service call per year, including system re-calibration and mechanical evaluation.
- Software Updates: Provision of officially released software updates at no charge (excluding hardware upgrades).
- Diagnostic & On-Site Service: As-needed diagnostic and on-site field service by certified, OEM-trained technicians.
- Technical Support: Telephone support and remote troubleshooting.
- Repair & Parts: Equipment repair and replacement parts, with emergency assessment and repair services. Parts must be OEM certified (new or like-new) and compatible.
- Warranty: Service warrantied for 6 months, and replacement parts for 12 months.
- Documentation: Written documentation of completed service and progress reports.
- Scheduling: Onsite preventive maintenance to be performed Monday-Friday, 8:00 am - 5:00 pm, excluding Federal holidays. Travel time must be included in the quote.
Contract Details
- Contract Type: Firm Fixed Price (FFP) combined synopsis/solicitation.
- Period of Performance: A base year from July 1, 2026, to June 30, 2027, with two one-year option periods extending through June 30, 2029.
- Set-Aside: Small Business Set-Aside. NAICS Code: 334510.
- Solicitation Number: 75N98026Q00294.
Submission & Evaluation
- Submission Deadline: May 25, 2026, at 5 PM EST.
- Submission Method: Electronically to johnsonjr@mail.nih.gov.
- Required Information: Price quotations (unit price, list price, shipping/handling, delivery timeframe, payment terms, F.O.B. point), product details, Unique Entity Identifier (UEI), Taxpayer Identification Number (TIN), and business size certification. Offerors must be registered in SAM.gov and include a completed copy of FAR 52.212-3.
- Evaluation Factors: May include past performance, technical capability, special features, lifecycle, warranty, maintenance availability, and environmental/energy efficiency.
Additional Notes
This requirement is issued by the National Institutes of Health OLAO, under the Department of Health And Human Services. The Contracting Officer's Representative (COR) is Janette Lebron (janette.lebron@nih.gov).