FDA NCTR Preventive maintenance-repair (PM/R) service agreement for Bruker 7T scimaX mass spectrometer
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), on behalf of the National Center for Toxicological Research (NCTR), is seeking a Preventive Maintenance-Repair (PM/R) Service Agreement for a Bruker 7T scimaX mass spectrometer located in Jefferson, AR. This Firm-Fixed Price Request for Quote (RFQ) is for full and open competition to ensure the instrument's optimal performance for critical scientific research. Quotes are due by April 13, 2026.
Scope of Work
The contractor will provide comprehensive PM/R services for the Bruker 7T scimaX mass spectrometer (S/N: 185931000205). Key requirements include:
- One planned on-site preventive maintenance visit annually for routine certification/calibration.
- Priority technical support via email and phone (M-F, 8 AM - 5 PM ET).
- On-demand corrective maintenance visits, including engineer labor, travel, and factory-certified replacement parts, with a targeted 5-business-day response time.
- Remote diagnosis and corrective maintenance using digital tools.
- Direct access to the manufacturer's call center staffed by senior engineers.
- Compass Data Analysis software and firmware updates as required by the OEM.
- All maintenance performed by formally trained and certified technicians following OEM specifications.
- Submission of a field service report after each service call or PM visit.
- Compliance with Section 508 accessibility standards for ICT.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance:
- Base Period: April 15, 2026 – October 14, 2026 (6 months)
- Option Year 1: October 15, 2026 – October 14, 2027 (12 months)
- Option Year 2: October 15, 2027 – October 14, 2028 (12 months)
- Place of Performance: NCTR, 3900 NCTR Rd., Bldg. 14, Room 14-1062, Jefferson, AR 72079.
- Set-Aside: Full and Open Competition (NAICS 811210, Small Business Size Standard $34M).
- Response Due: April 13, 2026, at 2:00 PM CDT.
- Published Date: April 8, 2026.
Submission & Evaluation
Quotes must be submitted via email to timothy.walbert@fda.hhs.gov. Evaluation will be based on a Lowest-Price Technically Acceptable (LPTA) basis. Technical acceptability requires sufficient descriptive material demonstrating that the proposed solution meets all technical requirements. Price will be evaluated based on the total price for the basic requirement and all options.
Additional Notes
Offerors must be registered and active in SAM.gov. Interested parties are encouraged to inspect the system by contacting the Contract Specialist/Contracting Officer, Tim Walbert (timothy.walbert@fda.hhs.gov, 301-796-1768). Failure to inspect will not relieve the successful offeror from meeting contract requirements. Offerors should respond only to the Amended (00001) solicitation and must not use macros in submitted documents.