Skip to content
Department of Health and Human Services

Food and Drug Administration (FDA), San Juan Medical Products Laboratory (SJNLMP) Glassware Washer at SJNMPL

Solicitation: SSN_OC-2026-132532
Notice ID: cda1dafe33b440c59796d77b01e2be2d

Sources Sought from FOOD AND DRUG ADMINISTRATION • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: PR. Response deadline: Mar 19, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$386,765,285
Sector total $386,765,285 • Share 100.0%
Live
Median
$129,570
P10–P90
$32,637$689,094
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($386,765,285)
Deal sizing
$129,570 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 →
Live POP
Place of performance
San Juan, Puerto Rico • 00901 United States
State: PR
Contracting office
Rockville, MD • 20852 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
PR20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Puerto Rico • Carolina
Rate
ELECTRICIAN Lineperson
Base $45.80Fringe $8.05
Rate
CARPENTER
Base $8.75Fringe $0.61
+19 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 19 more rate previews.
Davis-BaconBest fitstate match
PR20260009 (Rev 0)
Open WD
Published Jan 02, 2026Puerto Rico • Carolina
Rate
ELECTRICIAN Lineperson
Base $45.80Fringe $8.05
Rate
CARPENTER
Base $8.75Fringe $0.61
Rate
CEMENT MASON/CONCRETE FINISHER
Base $8.60Fringe $0.47
+18 more occupation rates in this WD
Davis-Baconstate match
PR20260006 (Rev 0)
Open WD
Published Jan 02, 2026Puerto Rico • Bayamón
Rate
ELECTRICIAN Lineperson
Base $45.80Fringe $8.05
Rate
CARPENTER
Base $9.16Fringe $0.75
Rate
CEMENT MASON/CONCRETE FINISHER
Base $8.60Fringe $0.47
+18 more occupation rates in this WD
Davis-Baconstate match
PR20260022 (Rev 0)
Open WD
Published Jan 02, 2026Puerto Rico • Cabo Rojo, Lajas, San German
Rate
ELECTRICIAN Lineperson
Base $45.80Fringe $8.05
Rate
CARPENTER
Base $8.75Fringe $0.66
Rate
CEMENT MASON/CONCRETE FINISHER
Base $8.52Fringe $0.58
+17 more occupation rates in this WD
Davis-Baconstate match
PR20260026 (Rev 0)
Open WD
Published Jan 02, 2026Puerto Rico • Ponce
Rate
CARPENTER
Base $13.07Fringe $0.99
Rate
CEMENT MASON/CONCRETE FINISHER
Base $8.85Fringe $0.00
Rate
ELECTRICIAN
Base $10.10Fringe $1.00
+6 more occupation rates in this WD

Point of Contact

Name
LaPrincess Allen
Email
LaPrincess.Allen@fda.hhs.gov
Phone
Not available
Name
Iris Johnson
Email
Iris.Johnson1@fda.hhs.gov
Phone
3017963353

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
FOOD AND DRUG ADMINISTRATION
Subagency
FDA OFFICE OF ACQ GRANT SVCS
Office
Not available
Contracting Office Address
Rockville, MD
20852 USA

Description

SOURCES SOUGHT NOTICE 

TITLE:  Food and Drug Administration (FDA), San Juan Medical Products Laboratory (SJNLMP) Glassware Washer at SJNMPL 

Notice Number: SSN_OC-2026-132532 

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 A RFQ PACKAGE OR SOLICITATION. THERE IS NO RFQ PACKAGE OR SOLICITATION. 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 AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE. 

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 San Juan Medical Products Laboratory (SJNLMP) to: 
 
a) identify vendors capable of providing the equipment and service as detailed in this notice, and  

b) vendors capable of providing a domestic product offering. Responses from small and other than small businesses are appreciated and accepted. 

NAICS Code: 334516 - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING 

Small Business Size Standard: 1,000 or fewer employees, including employees of all affiliates 

Respondents shall indicate business size status under the identified NAICS code. 

Background 

The Food and Drug Administration (FDA), San Juan Medical Products Laboratory (SJNLMP) performs a large variety of analytical methods to analyze a wide range of drug products. These methods require the use of a wide range of analytical glassware. Due to the high demand of lab glassware, they constantly need to be cleaned using specific washing and rinse conditions to remove chemical or other particle buildup. The San Juan Laboratory needs to update an existing obsoleted glassware washer with a new system with modern capabilities, and technology. 

Objective 

Replacing the existing glassware washer will maximizes productivity, will improve lab capabilities, will continue building a safer and greener work environment, reduces operating costs and will be timesaving. 

Scope of Requirement 

The Food and Drug Administration (FDA), San Juan Medical Products Laboratory (SJNLMP) performs a large variety of analytical methods to analyze a wide range of drug products. These methods require the use of a wide range of analytical glassware. Due to the high demand of lab glassware, they constantly need to be cleaned using specific washing and rinse conditions to remove chemical or other particle buildup. The San Juan Laboratory needs to update an existing obsoleted glassware washer with a new system with modern capabilities, and technology. 

Requirements 

Glassware Washer (Qty 1) shall meet or exceed the following specifications: 

  • Glassware washer dimensions must fit the current available space: 42” W x 80”H x 33” D 

  • Chamber load capacity minimum: 26” W x 25” H x 26” D 

  • Shall include a stainless-steel washing chamber 316L 

  • Shall be capable of accommodating two loading accessories 

  • Includes a programmable touch screen controller with deviation alarms 

  • Shall include an internal chamber light 

  • USB Port to transfer use data and audit trails 

  • Shall include a programmable vented drying system and drain discharge cool down system 

  • Shall include a loading shelf 

  • Shall include a thermal printer 

  • Shall include a non-recirculated heated pure water rinse system 

  • Shall include an integrated detergent drawer capable of holding two – 1-gallon containers with at least 2 pick-up tubes and 2 low-level sensors 

  • Shall include two additional chemical pumps for chemical injection during treatments, at least 50’ tubing, electrical wiring, pick up tubes, and low-level sensors 

  • Shall include six stainless steel flanges to seal the opening between the glassware washer and the wall 

  • Shall include one 32-piece (up to 3”) spindle header 

  • Shall include one 18-piece (up to 3 ¾”) spindle header 

  • Shall include one Teflon glassware protective mesh 

  • Shall include one 1-level transfer cart and assembly 

  • Shall include a bottom rotary spray header with a general-purpose basket with a cover, test tube rack, and petri dish rack 

  • Shall include a pipette header that will wash all types of pipettes from 1/10 mL to 25 mL up to 90 pipettes 

  • Shall include installation and supervision of installation 

  • Shall include start up and verification of installation and operation 

  • Shall include familiarization training for 2-3 users 

  • Shall include Shipping and installation in Puerto Rico 

  • Shall include inside delivery 

  • Shall dispose all shipping materials including pallets, carton, plastics, wood, etc. and remove from the facility premises 

Trade and Service Specifications  

  • Equipment shall be new, factory manufactured, and shall not be used, refurbished, remanufactured, or previously used for demonstration purposes. 

  • The Government will not accept prototype, demonstration, previously installed, or refurbished equipment under any resulting contract. 

  • The entire system shall be warrantied for parts and labor for a minimum of 12 months from date of formal government acceptance. The warranty must include unlimited telephone/e-mail support for questions regarding operation. On-site response for repairs during the warranty period. As needed, factory-certified replacement parts, engineer labor and travel costs, software updates, notifications, and installation shall be included to ensure maximum system operational readiness. 

  • The warranty plan shall include a minimum of one preventative maintenance visit for the KFT to ensure the instruments are functioning at peak performance. 

  • FDA shall have access to a technical representative call center, Monday through Friday, at no additional charge, for technical assistance and troubleshooting. The contractor shall ensure that the call center is staffed by senior engineers to provide a high level of expertise for troubleshooting the instrument.  

  • The systems shall be delivered with all necessary supplies and accessories required for installation and start-up. The vendor shall demonstrate upon installation that the system meets or exceeds all performance specifications which have been included in the vendor’s response and/or used as evaluation criteria for award. 

  • Onsite installation of the entire system shall be included and inclusive of labor, delivery, and travel costs. 

  • The contractor shall provide validation of the instrument at the time of installation. 

  • The contractor shall provide onsite familiarization training for 2-3 users and should include basic operations and routine maintenance. 

  • The contractor shall provide Installation/Operation Qualification (IQ/OQ) certification. The qualification and verification report shall include the standard operating procedures and the allowed manufacturer limits for the instrument. A copy of the calibration report and the qualification and verification report(s) shall be reviewed and approved by the COR. 

  • The contractor shall provide installation to include inside delivery, disposing pallets, boxes, and any associated garbage, and unpacking the equipment and inventory of parts with a lab representative. 

  • Inside delivery and shipping charges shall be included. 

Documentation Requirements 

  • Installation/Operation Qualification Documentation 

  • Instrument Manuals 

  • Training certificate for users 

  • Training certification for trainers 

Repair Service Documentation 

  • The Contractor shall repair or replace any part or parts under the warranty that prove to be defective at no additional charge to the Government. 

  • For repairs that fall under the warranty, the Contractor shall plan for the fastest delivery for parts and will schedule service upon receipt of parts within 72 business hours (3 days) upon COR approval. 

  • All replacement parts shall be from the original manufacturer and will be installed to the original manufacturers’ specifications. 

  • At the completion of any warranty service and contracted services, the contractor shall provide a written service report to the SJNL COR and/or COR designee. This report shall clearly indicate the date of the service, the type of service performed the model and serial number(s) of the equipment serviced, the name of the field service technician, a brief description of the service performed and copy of the calibration certificate of any reference material used. 

Deliverables 

The Contractor shall provide the following deliverables: 

  • Delivery of one (1) large-capacity glassware washer system with all required accessories. 

  • Inside delivery and installation at the FDA San Juan Medical Products Laboratory. 

  • Operational start-up and verification testing. 

  • Installation and Operation Qualification (IQ/OQ) documentation. 

  • Training 2-3 Government personnel on system operation and routine maintenance. 

  • Manufacturer documentation including manuals, warranty information, and technical specifications. 

  • Removal and disposal of all shipping and packaging materials. 

Delivery Location and Place of Performance 

Food and Drug Administration 

San Juan Laboratory 

466 Fernández Juncos Ave. 

San Juan, PR. 00901-3223  

Period of Performance 

Delivery of the equipment shall occur within 6-8 weeks after contract award. The system shall include a minimum 12-month warranty period beginning upon Government acceptance.  

Requested Information from Vendors 

Interested vendors shall submit a brief capability statement demonstrating their ability to provide the required equipment and associated services described in this notice. Capability statements shall be limited to no more than five (5) pages and should clearly address the requested information in this notice. 

Please provide the following information:  
- Company's name, mailing address, Cage Code, and Unique Entity Identifier (UEI) 

- Recommended North American Industry Classification System (NAICS) code that your company utilizes for in support of the following equipment: Food and Drug Administration (FDA), San Juan Medical Products Laboratory (SJNLMP) Glassware Washer at SJNMPL 

  1. What is your company size? If small, what is your socio-economic status? 

  1. If your company is a small business, describe your company’s experience providing similar laboratory equipment and installation services for Federal or commercial laboratories. 

  1. Identify any GSA Schedule contract or other current government-wide contract (e.g., GWAC or BPA) that your company currently holds and offers these products/services under. 

  1. Domestic manufacturing status. Identify whether the proposed system is manufactured in the United States and indicate whether the product  complies with applicable Buy American and Trade Agreements Act (TAA) requirements. 

  1. Technical specifications for the proposed solution. 

  1. Indicate whether your company is capable of providing the required equipment as the original equipment manufacturer (OEM) or as an authorized distributor/reseller, and provide documentation of authorization if applicable. 

Disclaimer and Important Notes 

This is not a Request for Quote (RFQ) and does not commit the Government to award a contract. Responses will be used solely for market research. The FDA will not provide feedback or evaluations of submitted capabilities. Proprietary information should not be submitted. 

Submission Instructions 

Responses are due by Thursday, March 19, 2026, at 2:30pm, and shall be submitted via email to: 

Name:  LaPrincess Allen  

Contractor Contract Specialist 

E-mail: LaPrincess.Allen@fda.hhs.gov. 

Name:  Iris Johnson  

Contractor Contracting Officer 

E-mail:   iris.johnson1@fda.hhs.gov  

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.