Skip to content
Department of Defense

Notice of Intent to Sole Source High-Density Microelectrode Array System

Solicitation: PANDHA-26-P-0000-035226
Notice ID: 7fd9555b536f4425ac5cb36d28798c22
TypeSpecial NoticeNAICS 334516PSC6640Set-AsideNONEDepartmentDepartment of DefenseAgencyDefense Health Agency (dha)StateMDPostedApr 06, 2026, 12:00 AM UTCDueApr 20, 2026, 02:00 PM UTCCloses in 14 days

Special Notice from DEFENSE HEALTH AGENCY (DHA) • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Apr 20, 2026. Industry: NAICS 334516 • PSC 6640.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: PANDHA-26-P-0000-035226. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$23,563,134
Sector total $48,427,910,987 • Share 0.0%
Live
Median
$82,366
P10–P90
$46,263$1,953,340
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+185%($11,310,483)
Deal sizing
$82,366 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MD
Live POP
Place of performance
Aberdeen Proving Ground, Maryland • United States
State: MD
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260115 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Frederick
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
MD20260115 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Frederick
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+77 more occupation rates in this WD
Davis-Baconstate match
MD20260008 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
CARPENTER
Base $30.25Fringe $22.00
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $30.25Fringe $22.00
Rate
CEMENT MASON
Base $30.12Fringe $21.35
+74 more occupation rates in this WD
Davis-Baconstate match
MD20260122 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Queen Anne's
Rate
BALANCING TECHNICIAN
Base $32.00Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $27.00Fringe $7.22
+58 more occupation rates in this WD
Davis-Baconstate match
MD20260081 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Allegany
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $33.46Fringe $25.04
Rate
CARPENTER
Base $30.25Fringe $22.00
+54 more occupation rates in this WD

Point of Contact

Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEFENSE HEALTH AGENCY (DHA)
Subagency
Not available
Office
Not available
Contracting Office Address
Not available

More in NAICS 334516

Description

This notice is issued in accordance with FAR 5.101 and 12.102 for commercial item acquisitions:

The Defense Health Agency Contracting Activity (DHACA), on behalf of the United States’ Army Medical Research Institute of Chemical Defense (USAMRICD), intends to award a Firm-Fixed-Price, sole-source contract to 3Brain US LLC (UEI: GS9AGR33TBL8), for the purchase, delivery and training of a High Density Microelectrode Array (MEA) System in accordance with the simplified procedures for commercial products and services under Federal Acquisition Regulation(FAR 12.201-1).  USAMRICD requires a complete system that enables high-resolution electrophysiological recordings from 3D biological models and excised tissues. This system is critical for research involving the functional imaging of neuronal activity and understanding complex cellular interactions under controlled environmental conditions. Detailed minimum essential characteristics are provided in Attachment 1 of this notice.  The North American Industry Classification System (NAICS) for this requirement is 334516 – Analytical Laboratory Instrument Manufacturing; and the Product and Service Code is 6640 – Laboratory Equipment and Supplies.

A request for information (RFI) was posted to SAM.gov on March 24th, 2026, with a closing date of 10AM EDT on April 1st, 2026. No qualified responses to the RFI were received.

This Notice of Intent (NOI) to award a sole source is not a request for competitive proposals, it is not a solicitation and it does not obligate the Government to award a contract. However, all interested parties who believe they can meet the requirements as stated herein may submit a capabilities statement, in writing, to the identified point of contact on or before the response date. The capabilities statement must contain material in sufficient detail to allow the government to determine if the party can meet all of the requirements. A determination by the Government not to compete this proposed contract 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.

This Notice of Intent is not a request for competitive proposals, and no solicitation document will be posted for this requirement. However, parties interested in responding to this notice shall provide a response (consisting of a capability statement sufficient to determine capability in providing the required services). Any party that intends to respond to this NOI must use the following instructions:

If your organization has the potential capacity to provide the required supply and components and perform the required services, please provide a white paper (limited to 4 pages) with sufficient information to substantiate that respondents can successfully perform to and fulfill all requirements. The following shall be addressed in white paper submissions:

  • Company Name and Address
  • Cage Code
  • Unique Identifier
  • Company business size by NAICS code
  • Small Business Type (s)
  • How the eligibility requirements are met
  • Point of Contact for questions and/or clarification
  • Telephone Number and email address
  • Teaming Partners (if applicable)

All white papers shall be submitted to Nicholas VanDevander via email to Nicholas.a.vandevander.civ@health.mil.

All responses received by closing of this notification of this notice of intent, will be considered by the Government.

Responses that request documentation, additional information, or that solely ask questions will be determined to not be an affirmative response. The Government will not compensate any organizations in response to this NOI. Responses determined to not be an affirmative response are not valid and no further action will taken with the response. 

All responses must be sent to the email address listed within the primary contact for this notice. No phone calls will be accepted.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.