Thermo Fisher Maintenance Support
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 U.S. Customs and Border Protection (CBP), under the Department of Homeland Security, has issued a Limited Sources Justification (LSJ) for Thermo Fisher Maintenance Support. This justification outlines CBP's intent to procure sustainment services for their proprietary Non-Intrusive Inspection (NII) equipment from Thermo Fisher Scientific, LLC. The services are for equipment used to detect illicit drugs and narcotics at ports of entry. This action is conducted under FAR 16.507-6, Exception to Fair Opportunity. CBP intends to post this requirement on SAM.gov within fourteen days of placing the task order for a minimum of thirty days.
Scope of Work
The procurement focuses on maintenance, sustainment, and technical support for CBP's hand-held NII technology. This includes ensuring the operational integrity of proprietary substance identification instruments.
Contract & Timeline
- Type: Justification for a proposed order under the Multiple-Award Schedule Program (FAR 16.507-6)
- Period of Performance: Base Year (12 months) + Option Period 1 (12 months)
- Set-Aside: Not applicable (Sole Source Justification)
- Published Date: April 1, 2026
Sole Source Rationale
Thermo Fisher Scientific is identified as the Original Equipment Manufacturer (OEM) and the only company capable of providing the necessary services. This is due to proprietary data, trade secrets, exclusive access to source code, algorithms, and specialized components. Using a non-OEM provider would void warranties and compromise system integrity. Market research did not identify alternatives, and DHS Strategic Sourcing Vehicles were not deemed appropriate.
Additional Notes
CBP will assess the market for future competitive opportunities if Thermo Fisher releases relevant technical data or if interoperable, non-proprietary technologies emerge. The Contracting Officer determined that an award to Thermo Fisher represents the best value, with pricing based on negotiated GSA schedule rates. The place of performance is Tewksbury, MA.