Opportunity
SAM #75N98026Q00148
Preventive Maintenance and Service for Sartorius Incucyte S3 HD/2CLR Systems at NIH NCI
Buyer
OMAS STRATEGIC BUYING CENTER - INFORMATION TECHNOLOGY
Posted
May 08, 2026
Respond By
May 15, 2026
Identifier
75N98026Q00148
NAICS
811219, 811210
The National Institutes of Health (NIH) National Cancer Institute (NCI) Center for Cancer Research (CCR) is seeking preventive maintenance and service for two Sartorius Incucyte S3 HD/2CLR live-cell imaging systems at its Bethesda, MD facility. - Government Buyer: - Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR) - OEM and Vendor: - Sartorius Corporation (manufacturer of Incucyte S3 HD/2CLR) - Products/Services Requested: - Preventive maintenance and service agreements for two Incucyte S3 HD/2CLR live-cell imaging systems - Includes scheduled onsite preventive maintenance - Emergency repair services with rapid response (within 4 hours) - OEM replacement parts (excluding consumables) - Software updates and technical support - Diagnostics, calibration, validation, and operational testing - All labor, travel, and materials included - Services must be performed by OEM-certified personnel - Unique/Notable Requirements: - Contractor must provide factory-trained, OEM-certified service engineers - Access to genuine Sartorius OEM parts and proprietary tools required - Service must support critical cancer research operations - Firm-fixed-price contract with a 12-month base period and four 12-month option years - Onsite service at NCI's Bethesda, MD research facility - No specific part numbers are listed; the requirement is highly specialized for Sartorius Incucyte S3 HD/2CLR systems
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 an Incucyte S3 HD/2CLR live-cell imaging system from Sartorius Corporation, 545 Johnson Ave STE 1, Bohemia, New York, 11716-2698, United States.
The required services include comprehensive preventive maintenance, emergency repair services, replacement of OEM parts (excluding consumables), software updates, and technical support for the Incucyte S3 HD/2CLR live-cell imaging system. This highly specialized, mission-critical instrument is utilized for cell characterization and drug dosing experiments, including monitoring tumorspheres, organoids, colonies, cell proliferation, apoptosis, cytotoxicity, and morphology changes in support of cancer research activities.
Services shall include one planned preventive maintenance visit per 12-month performance period, on-site emergency repair response, system diagnostics, calibration, validation, and operational testing in accordance with manufacturer-established service procedures. The Contractor shall provide all labor, travel, materials, and OEM replacement parts necessary to maintain the system in optimal operating condition. Technical support shall be available during standard business hours, with remote troubleshooting 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 “75N98026Q00148 – Requirements Document” for additional information.
2.0 UNIQUE QUALIFICATIONS OF THE CONTRACTOR
The proposed contractor, Sartorius Corporation, possesses extensive experience servicing Incucyte S3 HD/2CLR live-cell imaging systems identical to those installed at the NIH, National Cancer Institute (NCI), Center for Cancer Research (CCR). The contractor employs technically qualified, factory-trained service engineers with demonstrated expertise in the calibration, maintenance, repair, and software support of Incucyte live-cell analysis systems.
The system covered under this requirement is a high-value, mission-critical instrument that supports time-sensitive cell characterization and drug dosing experiments, including monitoring tumorspheres, organoids, colonies, cell proliferation, apoptosis, cytotoxicity, and morphology changes in support of cancer research activities. The complexity and proprietary nature of this system require specialized diagnostic tools, manufacturer-specific training, and access to OEM replacement parts to ensure proper functionality and data integrity.
The proposed contractor has the capability to provide comprehensive preventive maintenance, emergency repair services, software updates, and remote technical support in accordance with manufacturer-established service procedures. The contractor maintains access to OEM parts and maintenance kits necessary to restore the system to optimal operating condition without modification to existing configurations. Additionally, the contractor can meet required response times for remote diagnostics and on-site service to minimize downtime and prevent disruption to ongoing research activities.
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.
Sartorius Corporation is the original developer and manufacturer of the Incucyte S3 HD/2CLR live-cell imaging system. As such, Sartorius is the only company fully qualified and authorized to provide comprehensive service, diagnostics, and repairs for this highly specialized instrument, ensuring compliance with manufacturer standards and preserving system integrity.
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. EST on May 15, 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: 75N98026Q00148 on all correspondence.