Navigate the lattice: hubs for browsing, trends for pricing signals.
MARKET RESEARCH PURPOSES ONLY
NOT A REQUEST FOR PROPOSAL OR SOLICITATION
The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) is issuing this source sought announcement on behalf of the Irvine Medical Products Laboratory (IRVLMP), in order to determine if there are existing small business sources capable of providing a closed-filtration sterility pump. Other than small business concerns, especially vendors who may be able to offer domestic products, are also encouraged to submit a capability statement that provides company information, as well as information demonstrating that it can meet all of the minimum requirements included below, to include the country of manufacture of products offered.
If your firm is considered a small business source under North American Industry Classification System (NAICS) Code 334516 - Analytical Laboratory Instrument Manufacturing; with a Small Business Size Standard of 1,000 employees and you believe that your firm would be able to provide the FDA with the supplies/services described below, please submit an email to Warren.Dutter@fda.hhs.gov.
Background:
The Food and Drug Administration (FDA), Irvine Medical Products Laboratory (IRVLMP) is a regulatory testing laboratory that is ISO 17025 accredited. The laboratory is responsible for microbiological testing of multiple pharmaceutical dosage forms which require sterility testing to determine if they comply with regulations. The laboratory performs sterility testing using Steritest ISL pumps manufactured by Millipore-Sigma. In order to remove existing bottlenecks in suitability testing which precedes sterility testing, the laboratory requires an additional closed-filtration sterility pump that is a “Brand Name or Equal” Millipore-Sigma Steritest Symbio Laminar Flow Hood (LFH) pump, to be used in a laminar air flow hood. The acquisition of a “Brand Name or Equal” Millipore-Sigma Steritest LFH pump will ensure compatibility with existing Millipore-Sigma Steritest ISL test kits, allowing their continued use with the new closed-filtration pump and enabling the laboratory to meet the suitability requirements specified in USP <71>, the official compendial method for sterility testing.
This is a Brand Name or Equal requirement. Products other than the specified Millipore-Sigma Steritest Symbio LFH pump are acceptable but shall meet all the salient characteristics contained in the Minimum Technical Requirements below.
Minimum Technical Requirements (Salient Characteristics):
Additional System Requirements:
Place of Performance:
FOB Point Destination. All items shall include shipping, handling, and inside delivery to the destination identified herein.
FDA/IRVLMP
19701 Fairchild
Irvine, CA 92612
Period of Performance:
Delivery shall occur within 90 calendar days from date of award.
Responses to this Sources Sought shall unequivocally demonstrate that the respondent is regularly engaged in the sale of same or substantially similar product/service. Though the target audience is small business vendors or small businesses capable of supplying a U.S. service of a small business vendor or producer all interested parties may respond. At a minimum, responses shall include the following:
Interested Contractors must respond with capability statements which are due by email to the point of contact listed below on or before February 2, 2026, by 1:00 PM Central Time at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Warren Dutter, email warren.dutter@fda.hhs.gov. Reference: FDA-SSN-132642.
Disclaimer and Important Notes:
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work.
Responses with weblinks will not be opened or viewed.
Responses must demonstrate capability, not merely affirm the respondent's capability (i.e. the response must go beyond the statement that, "XYZ company can provide the instrument, technical support etc.").
Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre‐solicitation synopsis and solicitation may be published in sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality and Proprietary Information:
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non‐proprietary technical information in any resultant solicitation(s).
Additional Notes:
If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing for the service would be helpful.
This is a sources sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting an RFQ package or solicitation. There is no RFQ package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.