Opportunity
SAM #75N98026Q00147
Preventive Maintenance and Repair for Thermo Orbitrap Mass Spectrometers and Chromatography Modules at NIH NCI CCR
Buyer
OMAS STRATEGIC BUYING CENTER - INFORMATION TECHNOLOGY
Posted
April 22, 2026
Respond By
April 28, 2026
Identifier
75N98026Q00147
NAICS
811210, 811219
This opportunity involves preventive maintenance and repair services for Thermo Scientific Orbitrap mass spectrometer systems and associated Dionex and Vanquish chromatography modules at the NIH NCI Center for Cancer Research. - Government Buyer: - Department of Health and Human Services (HHS) - National Institutes of Health (NIH) - National Cancer Institute (NCI), Center for Cancer Research (CCR) - OEMs and Vendors: - Thermo Scientific (Thermo Fisher Scientific) - Dionex (Thermo Fisher Scientific) - Vanquish (Thermo Fisher Scientific) - Products/Equipment Covered: - Thermo Orbitrap Fusion Lumos mass spectrometers (Part Number: FSN02-10001; Qty: 2) - Thermo Orbitrap Exploris 240 mass spectrometer (Part Number: BRE725535; Qty: 1) - Thermo Dionex ISC-6000 DP dual pump (Part Number: 22181-60009; Qty: 1) - Thermo Dionex ICS-6000 EG eluent generator (Part Number: 22181-60019; Qty: 1) - Thermo Dionex AS-AP autosampler (Part Number: 074926; Qty: 1) - Thermo ICS-6000 Detector/Chromatography Microbore Compartment (Part Number: 22181-60049; Qty: 1) - Thermo Ion Chromatography (Part Number: 079829; Qty: 1) - Thermo Ion Chromatography CD Conductivity Detector (Part Number: 079829; Qty: 1) - Thermo Dionex U3000 Binary Pump (Part Number: VH-P10-A-02; Qty: 1) - Thermo Dionex U3000 Column Compartment (Part Number: VH-C10-A-03; Qty: 1) - Thermo Dionex U3000 Diode Array Detector (Part Number: VF-D11-A-01; Qty: 1) - Thermo Dionex U3000 Split Sampler (Part Number: VH-A40-A-02; Qty: 1) - Thermo Dionex U3000 RSLCnano Autosampler (Part Number: 5826.0020; Qty: 1) - Thermo Dionex U3000 RSLCnano Nanopump (Part Number: 5041.0010A; Qty: 1) - Thermo Dionex U3000 RSLCnano Column Compartment (Part Number: TCC-3000RS; Qty: 1) - Services Requested: - Annual preventive maintenance (one visit per system per year) - On-site emergency repair services (response within one hour, on-site within three business days) - Replacement of compatible parts (excluding consumables) - Software updates and unlimited remote technical support - All labor, travel, preventive maintenance kits, and materials included - Unique/Notable Requirements: - Services must follow manufacturer-established protocols for cleaning, calibration, adjustment, inspection, and operational testing - Support for highly specialized, mission-critical research instruments used in NIH clinical trials and cancer research - All services performed on-site at NIH facilities in Bethesda, MD - Remote technical support with rapid response and escalation to on-site service if needed
Description
1.0 DESCRIPTION
The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), intends to procure preventive maintenance and repair services for Thermo Scientific Orbitrap mass spectrometer systems and associated chromatography components from Zef Scientific Inc, 10 Rancho CIR, Lake Forest California, 92630-8325, United States.
As further detailed in the attached requirements document, required services include comprehensive preventive maintenance, emergency repair services, replacement of compatible parts (excluding consumables), software support, and unlimited remote technical assistance for Thermo Orbitrap Fusion Lumos and Orbitrap Exploris 240 mass spectrometer systems and their integrated Vanquish and Dionex chromatography modules. These highly specialized, mission-critical instruments are utilized for time-sensitive metabolic and proteomic analyses of clinical and research samples in support of NIH clinical trials and cancer research programs.
Services shall include one planned preventive maintenance visit per system per 12-month performance period, on-site emergency repair response, calibration, alignment, verification, validation, and operational testing in accordance with manufacturer-established service procedures. The Contractor shall provide all labor, travel, materials, preventive maintenance kits, and fully compatible replacement parts necessary to maintain the systems in optimal operating condition. Technical support shall be available during standard business hours, with remote diagnostic capabilities and on-site response when required.
The publicizing of this notice is in accordance with FAR 5.101(a). This acquisition will be processed under FAR Part 12 – Acquisition of Commercial Products and Commercial Services. The applicable North American Industry Classification System (NAICS) code is 811210 – Electronic and Precision Equipment Repair and Maintenance, and the associated small business size standard is $34 million.
Please see the attached requirements document titled “75N98026Q00147– Requirements Document” for additional information.
2.0 UNIQUE QUALIFICATIONS OF THE CONTRACTOR
The proposed contractor has more than 20 years experience servicing Thermo Scientific Orbitrap mass spectrometer systems and associated Dionex chromatography modules identical to those installed at the NIH, National Cancer Institute (NCI), Center for Cancer Research (CCR), including servicing instruments in use at the Frederick National Lab over the last 2 years. The contractor employs technically qualified, factory-trained service engineers with demonstrated expertise in the calibration, alignment, maintenance, and repair of Thermo Orbitrap Fusion Lumos and Orbitrap Exploris 240 systems and their integrated liquid chromatography components.
The mass spectrometer systems covered under this requirement are high-value, mission-critical instruments that support time-sensitive clinical metabolomics and proteomics research activities directly associated with NIH clinical trials and cancer research programs. The complexity and integrated configuration of these systems require specialized diagnostic tools, advanced technical training, and access to fully compatible replacement parts to ensure proper functionality and data integrity.
The proposed contractor has the capability to provide comprehensive preventive maintenance, emergency repair services, software support, and remote technical assistance in accordance with manufacturer-established service procedures and in accordance with the manufacturer-established maintenance schedule. The contractor maintains access to fully compatible parts and preventive maintenance kits necessary to restore systems to optimal operating condition without modification to existing configurations. Additionally, the contractor can meet the required response times, as noted in the requirements document, for remote diagnostics and on-site service to minimize downtime and prevent disruption to ongoing clinical and research workflows.
Accordingly, the proposed contractor is uniquely qualified to provide the required services without unacceptable technical risk, interruption of critical research operations, or substantial duplication of cost to the Government.
3.0 RESPONSE INSTRUCTIONS
This notice is not a request for competitive quotations. However, all responsible sources may submit a capability statement for consideration by the agency. The response and any other information furnished must be submitted in writing and contain sufficient detail to allow the Government to determine the capability of the interested party to meet the requirement.
All responses must be sent via email to Contract Specialist, Jordan Neal, at jordan.neal@hhs.gov, no later than 12:00 p.m. ET on April 28, 2026.
A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. To receive an award, contractors must be registered in and maintain an active registration in SAM.gov.
Reference: 75N98026Q00147 on all correspondence.