Purchase of Preventative Maintenance Service for Biolog/Omnilog Instruments at FDA/OAMT
- Purpose
- The purpose of this requirement is to acquire preventative maintenance (PM) service on the existing Government-owned Biolog Omnilog instruments serial number (SN) 193 and SN 191, which are installed at Food and Drug Administration (FDA), Module 1 (MOD1). FDA requires PM service for the existing instruments. The PM service shall include service on both instruments. This acquisition is for a new PM service purchase order (P/O) for the SN 193 and SN 191, to begin on 09/23/25, after current PO 75F40124P00489 ends.
- The PM service shall include:
-
- All labor, travel, and expenses for one (1) preventative maintenance visit per year for the SN 191 and SN 193.
- Telephone/Email technical support and routine troubleshooting.
- Background
- FDA’s Office of Laboratory Operations and Applied Science (OLOAS), Office of Applied Microbiology and Technology (OAMT) Division of Food Safety Genomics (DFSG) has two existing Government-owned Omnilog Biolog systems to conduct phenotypic microarray (PM) experiments. DFSG requires once a year PM service for instrument SN 193 and SN 191 to keep the instruments functioning according to the Original Equipment Manufacturer (OEM)’s specifications. PM service is required to ensure that the SN 193 and SN 191 can take accurate and reproducible readings for DFSG.
- A PM service is required on instruments SN 193 and SN 191. Both instruments are located at FDA 8301 Muirkirk Rd, Laurel MD 20708 and are operating normally. The new PO will provide PM service on both SN 193 and SN 191 during the period of performance of 09/23/2025 to 09/22/2026.
- In an effort to ensure accurate research at OAMT, DFSG has maintained PM service on instruments SN 193 and SN 191 to ensure quality of data output and analysis since FY19. Without yearly PM and routine service by the OEM, Biolog Inc, instruments SN 193 and S 191 may lose their capacity to perform at OEM standards, which could compromise mission critical research for DFSG. PM service on SN 193 and SN 191 is needed to keep the instruments at OEM standards so that it can take accurate and reproducible readings. The required PM service provides performance verification of the covered components. Therefore, maintenance on SN 193 and SN 191 is necessary to ensure proper performance of phenotypic microarray equipment within OAMT.
- Specific Tasks
The Government requires the following:
- Task 1: One-year (12 months) PM service for Omnilog Biolog instruments SN 193 and for SN 191. If Biolog allows option years, DFSG would like to include four option years. In the past, Biolog did not allow for optional years.
Task 1:
Maintenance Requirements for the Preventative Maintenance Service: (for the Omnilog Biolog Instruments, SN193 and SN191)
The Contractor shall:
• Perform one (1) planned on-site PM visit annually, to include all associated labor, travel, and expenses at a date and time approved by the Contracting Officer’s Representative
• Perform all maintenance activities by formally trained and certified technicians and/or engineers. All maintenance activities shall follow OEM specifications, manuals, and service bulletins. The Contractor shall only use OEM replacement parts, components, subassemblies, etc.
• Provide telephone technical support and routine troubleshooting.
• Response time within three (3) to five (5) business days after receipt of service call if issue cannot be corrected remotely within eight (8) hours from call for service
Project Milestones/Completion Dates
Task Number
Work
Milestones
Projected
Completion Date
3.1
Purchase of one year (12 months) preventative maintenance plan agreement for Biolog SN 193 and SN191.
9/23/2025 -9/22/2026
- Deliverables
- The Contractor shall deliver: Preventative maintenance service on Biolog Omnilog instruments, SN 193 and SN19.
- Receipt of the field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced, a detailed description of the work performed, the contact information of the technician who performed the service, and for information purposes, the hours expended, and parts/components replaced.
The Contractor shall provide a written report to the FDA COR and contract specialist, summarizing all the maintenance activities (including warranty work) after each service.
- Security
Government shall provide escort of the service engineer for maintenance on the instruments. The engineer shall not be provided access to any material that involves Non-Public positions and involves the lowest degree of adverse impact on the efficiency of the Agency. This position does not require a badge or access to FDA’s network.
- Travel
Travel by the vendor is included in the cost of the preventative maintenance service.
- Place of Performance
The location of the Biolog Instruments:
FDA
8301 Muirkirk Road
Laurel, MD 20708
Attn: TBD
- Holidays and Government Closures
The Contractor is not required to provide on-site services on the following days that are Federal Holidays or on any other day designated as a Federal holiday for the Washington, DC area:
New Year’s Day
Martin Luther King Day
President’s Day
Memorial Day
Juneteenth
Independence Day
Labor Day
Columbus Day
Veteran’s Day
Thanksgiving Day
Christmas Day
In the event of inclement weather when the Federal government is closed, the Contractor is not required to provide on-site service. The Contractor is required to follow, as a minimum, other directives issued by the U.S. Office of Personnel Management or other such official for late arrivals due to inclement weather (unless otherwise specified in the Contract).
In the event the Federal Government is closed by order of the President of the United States or the U.S. Office of Personnel Management for any reason, or the agency, the center or the building is closed for administrative or safety reasons, the Contractor shall follow directives issued by responsible officials concerning reporting for work.
The Contractor may not bill the Government for any hours that contractor employees did not work due to any Government closure (e.g. applicable under a Labor Hour contract).
For on-site support at the FDA facility, unless otherwise directed, the Contractor should adhere to standard work hours, working no more than forty (40) hours per week. If more than 40 hours per week are required, then the hours should be billed at normal rates/straight time. Any necessary overtime shall be authorized in advance by the Contracting Officer.
- Period of Performance
The period of performance is 09/23/2025-09/22/2026.
10. Contract Administration
The FDA Contracting Officer Representative (COR)
The following COR will represent the FDA for the purpose of this contract: TBD
Technical Point of Contact (TPOC): TBD