This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is 75N94026Q00046 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-06. The North American Industry Classification (NAICS) Code is 811210 and the business size standard is $34M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with BD Biosciences – 155 North McCarthy Boulevard – Milpitas CA 95035 to procure a Service Agreement for the following BD Biosciences instruments and components:
1. Product 661545- FACSymphony A5 and FACStation - SN: R66096400068 - QTY (1) EA
2. Product 337755 - FACS FLOW SUPPLY SYSTEM - SN: N3492775343 – QTY (1) EA
3. Product 660800 - G4 355-60 W/BD UV LSR– SN: NO-SERIAL 12536 - QTY (1) EA
4. Product 660878 - COHR SAPPHIRE 532-200 LSR-SN: NO-LASER 12537 - QTY (1) EA
5. Product 660818 - OBIS 488-150 LX BLUE LSR– SN: NO-LASER 12533 - QTY (1) EA
6. Product 660825- OBIS 637-140 LX RED LASER – SN: NO-LASER 13059 – QTY (1) EA
7. Product 660810 - OBIS 405-200 LX VIOLET LASER – SN: NO-LASER 17552– QTY (1) EA
This agreement provides full coverage for the BD FACSymphony A5, FACStation and FACS Flow Supply System, its components w/5 Laser.
This Agreement will cover the BD FACSymphony A5 and BD FACStation (excluding printers)for labor, travel expenses and parts(excluding consumable items and lasers)for the following:- Two (2) Preventive Maintenance Inspections to be performed during a twelve-month period- Two (2) PM Kits will be provided Software Revisions that are released during the Agreement term- Unlimited service visits during the term of this Agreement, Monday through Friday, excluding BD Biosciences holidays- 48-hour guaranteed response to a request for emergency on-site service (Monday through Friday, excluding BD Biosciences holidays). Unlimited telephone support for instruments, remote troubleshooting technology to diagnose and fix issues over the phone and reagents and applications. Five-day coverage (Monday through Friday 8:00 AM to 5:00 PM Customer Time)
This plan covers the FACS Flow Supply System for labor, travel expenses and parts (excluding consumables) for the following: Unlimited service visits, Monday through Friday, excluding BD Biosciences holidays. Unlimited telephone support for instruments, reagents and applications will be provided.
Period of Performance:
This will be a Base Year Plus Two Option Periods Firm Fixed Price procurement.
Base Year/Year 1: March 1, 2026 – February 28, 2027
Option Period 1/Year 2 - March 1, 2027 – February 29, 2028
Option Period 2 /Year 3 - March 1, 2028 – February 28, 2029
Cost for the Base and Option Periods must be included in the quote/response.
The BD FACSymphony A5 was custom-built with a customized laser/filter combination according to the flow cytometry needs of the NIH Branch. BD Biosciences has made further custom modifications on both hardware and software on the BD FACSymphony A5 during the warranty period. Because BD Biosciences is the manufacturer of this equipment, and has made specific custom modifications, BD Biosciences is the only vendor who can trouble-shoot and fine-adjust the equipment to the research needs quickly and correctly. Finally, clinical protocols and preclinical disease studies are conducted over multiple years, thus requiring consistency in the equipment with which the flow cytometry analysis is conducted. Changing the service contract now would compromise the integrity of these studies.
BD Biosciences does not certify third party organizations to perform service on its instrumentation in the United States and as the original manufacturer can ensure the supply of spare or replacement parts which are unique to BD™ flow cytometry system. Due to proprietary technologies Becton Dickinson/BD is the only company able to service and provide the necessary parts to maintain and repair this instrument. BD is uniquely capable of maintaining, service and troubleshooting the Symphony A5, etc. BD provides OEM certified and trained service engineers/technicians specifically certified in each unit/system. Thus, only BD certified trained engineers/technicians are trained and authorized to conduct all the services on the products listed in this solicitation, no outside service engineers/technicians allowed/accepted to provide service, thus service quality is guaranteed. When an instrument is covered by a BD Biosciences Maintenance Service Agreement, BD Biosciences is the only provider that can supply instrument software revisions along with preventative maintenance inspections, technical telephone consulting and unlimited on-site service visits.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This synopsis is not a request for competitive proposals.
The offeror/response must include a completed copy of the provision of FAR Clause 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services.
Applicable Clauses:
52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements—Representation
52.204-7 System for Award Management—Registration
52.204-13 System for Award Management — Maintenance
52.203-17 Contractor Employee Whistleblower Rights
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-9 Personal Identity Verification of Contractor Personnel
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4 Terms and Conditions—Commercial Products and Commercial Services
52.222-3 Convict Labor
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-48 Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment—Certification
52.222-51Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements
52.222-50 Combating Trafficking in Persons
52.223-23 Sustainable Products and Services
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-4 Applicable Law for Breach of Contract Claim
52.233-3 Protest after Award
52.240-90 Security Prohibitions and Exclusions—Representations and Certifications
52.240-91 Security Prohibitions and Exclusions
52.244-6 Subcontracts for Commercial Products and Commercial Services
The clauses are available in full text at http://www.acquisition.gov/far/.
Alternate Offerors must include a signed agreement (along with offer/quote) with/from the OEM BD Biosciences confirming that you are authorized to provide all the services and or consumables needed as per this notice and BD trained Field Service Engineer for services, proprietary information/software, manuals, updates etc. for the A5, FACstation and components, use original manufacture parts and maintain existing warranties, etc. Responses to this notice without this confirmation from the manufacturer will be considered invalid.
Offeror capable of furnishing the government with the service specified in this synopsis should submit a copy of their quotation, etc. robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties’ bona-fide capabilities of providing all products and service (s) needed. Responses must be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements.
Quotations/Offers are due by February 19, 2026, before 10:00 am eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number 75N94026Q00046. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94026Q00046 in the subject line of email.
“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 offerors 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.”
In order to receive an award, contractor must be registered as all awards and have valid certification in the System for Award Management (SAM) @ www.Sam.gov. Lack of valid registration in SAM will make an offeror ineligible for award. FAR Clause: An Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract,
basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.