BD FACSFlow Sheath Fluid & BD FACS Sheath Solution w/Surfactant
Combined Synopsis Solicitation from NATIONAL INSTITUTES OF HEALTH • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MD. Response deadline: Mar 04, 2026. Industry: NAICS 325199 • PSC 6810.
Market snapshot
Awarded-market signal for NAICS 325199 (last 12 months), benchmarked to sector 32.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 325199
Description
Announcement Number: 75N99C26Q00002
Date Posted: 02/24/2026
Date Solicitation Issued: 02/24/2026
Date Responses Due: 03/04/2026 @ 10:00 AM EST
Proposed Award Date: 03/06/2026
Project Title: BD FACSFlow Sheath Fluid & BD FACS Sheath Solution w/Surfactant
Contracting Office: Office of Logistics and Office of Adminstration
Contact Points:
Contracting Officer: Brian Lind, brian.lind@nih.gov
Contract Specialist : tonia.alexander@nih.gov
Acquisition Authority: This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-06 dated 10/01/2025.
North American Classification System (NAICS) Code: 325199
Small business size standard: 1,250
Set-aside Status: This requirement is being competed with a brand name restriction, and without a small business set-aside.
Competition Status: This requirement is posted as Request for Quote.
Description of Requirement:
This requirement is to procure BD FACSFlow Sheath Fluid - catalog #342003 and FACS Sheath Solution with Surfactant - catalog #336524.
Item Description
This is a brand name requirement to obtain Becton, Dickinson & Co., BD FACSFlow Sheath Fluid - catalog #342003 (a consumable system fluid designed for use in the sheath reservoir) and FACS Sheath Solution with Surfactant - catalog #336524 (the BD FACSFlow product that is an isotonic solution which contains phosphate buffer, sodium chloride, some other salts and phenoxy-ehtanol as a preservative). The BD FACSFlow Sheath Fluid transports particles through the fluidics lines of the flow cytometer, directing them to the center of the stream. This product is formulated to have low levels of particulates and autofluorescence to reduce clogging of the fluidics lines and ensure a high fluorescent signal to noise ratio. The sheath fluid focuses cells and particles into the center of a fluid stream so that they pass one at a time through the flow cytometer’s flow cell where they are excited by a laser beam and then analyzed. The BD FACSFlow Sheath Fluid is a sodium azide-free sheath fluid optimized for use on BD flow cytometers, and the FACS Sheath Solutions includes a surfactant addititve. BD flow cytometers are widely utilized across the agency laboratories, and that equipment specifically requires the BD FACSFlow Sheath Fluid cleaning component.
Salient Characteristics
1) Density: approximately 1.0145 g/cm³ at 20°C;
2) Ready-to-Use: provided as a 1X concentration with no mixing, dilution, or further prepapreation is required; and
3) Low Particulates and Autofluorescence: formulated specifically to reduce clogging in fluidics lines and minimize background signal interference.
Item 1: Part #342003
BD FACSFLOW Sheath Fluid, 20L Bulk Container
Base Quantity - 450 (delivery at time of award)
Price (vendor): $
Item 2: Part #336524
BD FACS Sheath Solution w/Surfactant, 20L Bulk Container
Base Quantity - 170 (delivery at time of award)
Price (vendor): $
Item 3: S/H
Shipping and Handling, Lot
Price vendor: $
Item 4: Part #342003
BD FACSFLOW Sheath Fluid, 20L Bulk Container
Option Quantity - 1350 (delivery upon request)
Price (vendor): $
Item 5: Part #336524
BD FACS Sheath Solution w/Surfactant, 20L Bulk Container
Option Quantity - 360 (delivery upon request)
Price (vendor): $
Item 3: S/H
Shipping and Handling, Lot
Price vendor: $
Period of Performance
12 months from the date of the award.
Option Quantities
Option quantities will be requested to be shipped in any quantities up to the maxium stated for each item under option quantitites, and will be for the stated price at the time of award.
Shipping Instructions
NIH Supply Center
16071 Industrial Drive
Gaithersburg, MD 20877
**Please review Attachement 1 for Shipping/Delivery Instructions**.
Delivery
Within 5 Days from receipt and acceptance of award.
Payment
Net 30
Statutory Authority:
This notice is a Combined Synopsis/Solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested.
Closing Statement:
Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: brand name requirements salient characteristics, price, and delivery.
By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions:
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (OCT 2025)
FAR 52.204-7 System for Award Management (NOV 2024)
(Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (NOV 2015) is updated in your SAM record)
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017)
52.204–26 Covered Telecommunications Equipment or Services-Representation
(OCT 2020)
FAR 52.211-6 Brand Name or Equal (AUG 1999)
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2025) (see Attachement 2)
FAR 52.217-6 Option for Increased Quantity (MAR 1989)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015)
FAR 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm
By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).
Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.
All responses must be received by 03/04/2026 @ 10:00 AM EST and must reference announcement / solicitation number: 75N99C26Q00002 with response submitted electronically to tonia.alexander@nih.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.