VITEK Systems Preventive Maintenance and Service
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. Food and Drug Administration (FDA), Office of Regulatory Testing and Surveillance (ORTS), has issued a Request for Information (RFI) to identify qualified contractors for preventive maintenance, calibration, and repair services for VITEK, APS One, MYLA, and PREVI Color laboratory systems across multiple FDA laboratory locations. This RFI will inform the development of a potential Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Responses are due March 11, 2026, at 10:00 AM EST.
Scope of Work
The FDA seeks comprehensive services for various laboratory systems, including:
- VITEK Compact 15, 30, 60
- VITEK MS PLUS
- APS One
- MYLA
- PREVI Color Systems
Anticipated services include:
- Annual Preventive Maintenance (PM) per instrument.
- ISO 17025-compliant Calibration Services with reports.
- On-site Repair Services with a maximum 72-hour response time.
- Unlimited Technical Support (Monday-Friday, 8:00 AM - 4:00 PM local time).
- Use of factory-certified OEM replacement parts and OEM-trained technician labor.
- Capability to provide software upgrades.
Services will be performed on-site at seven FDA laboratories located in Jefferson, AR; Denver, CO; Jamaica, NY; Irvine, CA; Bothell, WA; Alameda, CA; and Atlanta, GA.
Contract & Timeline
- Type: Request for Information (RFI) for market research, informing a potential Indefinite Delivery/Indefinite Quantity (IDIQ) contract.
- Period of Performance (anticipated IDIQ): 1-year Base Period with four (4) one-year option periods, for a total potential duration of 5 years.
- Set-Aside: None specified (market research stage).
- Response Due: March 11, 2026, at 10:00 AM EST.
- Published: March 5, 2026.
Information Requested
Interested parties should provide information on:
- Company Information: Name, address, DUNS, CAGE, business size, years in business.
- Technical Capabilities: OEM relationship, technician qualifications, ISO 17025 compliance, response time, parts management.
- Experience and Past Performance: Similar contracts, multi-site networks, specific equipment, client references.
- Service Delivery Approach: Scheduling, technical support, quality assurance, documentation, emergency repairs.
- Additional Information: Foreseen challenges, recommendations, value-added capabilities, limitations.
Submission & Evaluation
Responses are for market research purposes only and do not constitute a solicitation. Responses will not be evaluated or scored, and no reimbursement will be provided for preparation costs. Submissions must be electronic to Nina Montgomery at nina.montgomery@fda.hhs.gov, referencing the RFI number in the subject line.
Points of Contact
Contracting Officer: Nina Montgomery; nina.montgomery@fda.hhs.gov.