Amplifiers for Restoration of the Bruker 9.4 Tesla Magnetic Resonance Imaging (MRI) Scanner
Special Notice from NATIONAL INSTITUTES OF HEALTH • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MD. Response deadline: Feb 16, 2026. Industry: NAICS 811210 • PSC 6640.
Market snapshot
Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 811210
Description
INTRODUCTION
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The National Institute on Drug Abuse (NIDA), Office of Acquisitions intends to solicit by a request for quotation from Bruker BioSpin Corporation for award on or around February 27, 2026. The purpose of this acquisition will be to provide the Neuroimaging Research Branch of the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) which operates a 9.4 Tesla MRI scanner dedicated to addiction research with a gradient amplifier system.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS
The intended procurement is classified under NAICS code 811210 with a Size Standard of $34 Million.
This acquisition is NOT set aside for small businesses.
REGULATORY AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6—Competition Requirements. FAR Subpart 13.106-1 (b) Soliciting from a single source provides that: For purchases not exceeding the simplified acquisition threshold, Contracting officers may solicit from one source IF the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name OR industrial mobilization).
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2025-06 dated August 2025.
DESCRIPTION OF REQUIREMENT PURPOSE AND OBJECTIVES:
The purpose of this acquisition will be to provide the Neuroimaging Research Branch of the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) which operates a 9.4 Tesla MRI scanner dedicated to addiction research with a gradient amplifier system. The system, manufactured by Bruker Biospin Corporation (Germany), was acquired in 2004. The gradient amplifier system, a critical component of the scanner, has recently failed. Since Bruker Biospin Corporation has significantly updated its product lines over the past two decades, the original gradient amplifier model is no longer supported or available.
PROJECT REQUIREMENTS:
To restore the scanner to operational status, Bruker Biospin Corporation will provide a newer version of gradient amplifier compatible with our system. Bruker Biospin Corporation will also perform the required hardware and software upgrades to fully reinstate scanner functionality.
The Contractor shall provide qualified Bruker Biospin Corporation field engineers to repair the Bruker Biospin 9.4 Tesla MRI Scanner to a fully operational state within 30 days of contract award. Documentation shall be provided by the Contractor to show they completed the restoration of gradient system. The service engineer is to present a service ticket that briefly details the work performed to the point of contact for signature and a copy of the ticket is to be left with the point of contact.
The service may only be completed by an authorized service provider for the Bruker Biospin Tesla 9.4 MRI Scanner equipment.
CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Bruker Biospin Corporation is the only vendor in the marketplace that can provide the services required by NIDA.
In accordance with FAR part 10, extensive market research was conducted to reach this determination. Specifically, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of the GSA Advantage, Dynamic Small Business Search, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only Bruker BioSpin Corporation is capable of meeting the needs of this requirement.
The intended source is:
Bruker BioSpin Corporation 15 Fortune Drive
Billerica, MA 01821 United States of America
CLOSING STATEMENT
THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice.
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. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. FAR clauses 52.212-4, Contract Terms and Conditions – Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items apply to this acquisition.
All responses must be received by the closing date and time of this announcement and must reference the solicitation number, 75N95026Q00006. Responses must be submitted electronically to Shaun Rostad, Contract Specialist, at Shaun.rostad@nih.gov U.S. Mail and Fax responses will not be accepted.
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.