SOLICITATION NOTICE
J -- Equipment Maintenance Service Contract for Sony ID7000 Spectral Flow Cytometer
- Notice Date
- 2/25/2026 1:51:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- PROGRAM SUPPORT CENTER ACQ MGMT SVC ROCKVILLE MD 20857 USA
- ZIP Code
- 20857
- Solicitation Number
- 75N98026Q00042-RFQ
- Response Due
- 2/27/2026 7:00:00 AM
- Archive Date
- 03/14/2026
- Point of Contact
- Asya McClelland, Dan Rich
- E-Mail Address
-
asya.mcclelland@hhs.gov, daniel.rich@hhs.gov
(asya.mcclelland@hhs.gov, daniel.rich@hhs.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested, and a separate written solicitation will not be issued. Solicitation number 75N98026Q00042-RFQ is issued as a request for quotation (RFQ) for Equipment Maintenance Service Contract for Sony ID7000 Spectral Flow Cytometer. This acquisition is not set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at?www.acquisition.gov. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL AND OPEN COMPETITION (INCLUDING BRAND-NAME). The Office of Mission Acquisition Solutions (OMAS), Office of Acquisition (OA), on behalf of the National Cancer Institute (NCI), intends to negotiate and award a Firm-Fixed-Price contract, without providing for full and open competition (including brand-name justification), to Sony Biotechnology Inc., 1730 North 1st Street, 2NW, San Jose, CA 95112, for equipment maintenance services for the Sony ID7000 Spectral Flow Cytometer. This acquisition is conducted as non-competitive for a commercial product or commercial service and is conducted pursuant to FAR 12.201-1, Simplified Procedures in accordance with 41 U.S.C. 1901. Sony Biotechnology Inc. is the sole manufacturer of the Sony ID7000 Spectral Flow Cytometer. No other repair service has access to the proprietary parts used in this instrument. Only Sony Biotechnology Inc. possesses the proprietary components, technical knowledge, and manufacturer authorization necessary to repair or maintain the Sony ID7000. No alternative sources capable of meeting the Government�s minimum requirements were identified, and no other authorized providers possess the required technical expertise or access to manufacturer-specific resources. Specialized knowledge and manufacturer authorization are essential to fulfill this requirement. Sony Biotechnology Inc. is the only recommended and authorized provider for maintenance of the Sony ID7000. As the original manufacturer, it is uniquely qualified to ensure compliance with manufacturer requirements and operational standards. (ii) This requirement is for the following line items: CLIN 1 - Maintenance services NCI�s SONY ID 7000, Serial # 2803036, Period of Performance: 03/02/2026-03/01/2027. (iii) For further descriptions and details about the maintenance services to be acquired, see Attachment 1 � Statement of Work (SOW). (iv) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is 03/02/2026- 03/01/2027. (v) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/far-overhaul. (End of provision) a) The following FAR provision is required by FAR 12.205(a), and incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services b) The following FAR provisions are required as applicable to this requirement and incorporated by reference: FAR 52.204-7 � System for Award Management FAR 52.222-48 - Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment�Certification (DEVIATION) (RFO Nov 2025). FAR 52.240-90 � Security Prohibitions and Exclusions Representations and Certifications (DEVIATION)(RFO Nov 2025) FAR DEVIATION STATEMENT: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. (vi) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far-overhaul. (End of clause) a) The following FAR clauses are required by FAR 12.205(b)(1) for all solicitations and incorporated by reference: * FAR 52.212-4, Terms and Conditions�Commercial Products and Commercial Services. b) The following FAR clauses are required as applicable to this requirement and incorporated by reference: FAR 52.2023-17, Contractor Employee Whistleblower Rights FAR 52.204-13, System for Award Management Maintenance FAR 52.222-3, Convict Labor FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment�Requirements FAR 52.222-50, Combating Trafficking in Persons FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services The following invoice instruction is included and will be incorporated in the final award: Invoicing Instructions with IPP (Attachment 2) (vii) Place of Performance: NIH, NCI, 41 Medlars Drive Room C310 Bethesda, MD 20892 (viii) The associated NAICS code is 811210-Electronic and Precision Equipment Repair and Maintenance, and the applicable size standard of $34,000,000. The Government will evaluate quotations or offers in accordance with RFO FAR 12.203 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (a) technical capability; (b) price, and (c) past performance [see RFO FAR 12.203]. Technical capability and past performance, when combined, are significantly more important than price. The Government will evaluate past performance information obtained from 1) the Contractor Performance Assessment Reporting System (CPARS) and 2) other available Government sources, if necessary. Offerors without relevant past performance history will not be evaluated favorably or unfavorably. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include, as applicable, unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), and product description. The Unique Entity ID (UEI) from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All offer/quotations must be received by 10:00 am, Eastern Standard Time, on Friday February 27, 2026, and reference Solicitation Number 75N98026Q00042-RFQ. Responses must be submitted electronically to Asya McClelland, Contract Specialist, at asya.mcclelland@hhs.gov. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement. This requirement is for the maintenance and repair of specialized equipment (SONY ID7000). The acquisition may qualify for exemption from the Service Contract Labor Standards statute pursuant to FAR 22.1003-4(c). (ix) List of Attachments Attachment 1 � SOW Attachment 2 � Invoice Instructions with IPP
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7653e45d15b94a35aaff51c50c0dd495/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07726485-F 20260227/260225230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |