Skip to content
Department of Health and Human Services

NOI - Flow Cytometer Maintenance Service

Solicitation: PCA-NIAID-02214
Notice ID: e6aae0f682b14eab82157d25934827e9

Presolicitation from NATIONAL INSTITUTES OF HEALTH • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MD. Response deadline: Apr 21, 2026. Industry: NAICS 811210 • PSC J066.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$224,215,823
Sector total $379,297,018 • Share 59.1%
Live
Median
$97,690
P10–P90
$35,878$416,313
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
59.1%
share
Momentum (last 3 vs prior 3 buckets)
-80%(-$149,420,793)
Deal sizing
$97,690 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
Bethesda, Maryland • 20892 United States
State: MD
Contracting office
Bethesda, MD • 20892 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MD20260008 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Allegany
Rate
CARPENTER
Base $30.25Fringe $22.00
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $30.25Fringe $22.00
+75 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 75 more rate previews.
Davis-BaconBest fitstate 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
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
Davis-Baconstate match
MD20260124 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • St Mary's
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
CARPENTER
Base $34.41Fringe $14.55
Rate
CARPET LAYER
Base $34.12Fringe $14.86
+46 more occupation rates in this WD
Davis-Baconstate match
MD20260060 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Anne Arundel
Rate
SOFT FLOOR LAYER (CARPET)
Base $34.12Fringe $14.54
Rate
BRICKLAYER
Base $26.20Fringe $7.43
Rate
CARPENTER, Excludes Drywall Hanging, and Metal Stud Installation
Base $17.80Fringe $0.31
+17 more occupation rates in this WD

Point of Contact

Name
Elaine Estrella
Email
elaine.estrella@nih.gov
Phone
Not available
Name
Brian Lind
Email
brian.lind@nih.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
NATIONAL INSTITUTES OF HEALTH
Subagency
NATIONAL INSTITUTES OF HEALTH OLAO
Office
Not available
Contracting Office Address
Bethesda, MD
20892 USA

More in NAICS 811210

Description

PRE-SOLICITATION NON-COMPETITIVE –

Notice of Intent to Sole Source

1. SOLICITATION NUMBER: PCA-NIAID-02214

2. TITLE: Service and Maintenance of Flow Cytometer

3. RESPONSE DATE: April 21, 2026 at 4:00 pm EST.

4. PRIMARY POINT OF CONTACT:

Elaine Estrella
Contract Specialist
Elaine.estrella@nih.gov

Brian Lind
Contract Specialist
Brian.lind@nih.gov

I. 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 of Health Hospital Laboratory Support Service (NIHHLS) intends to negotiate and award a purchase order without providing for full and open competition to Cytek Biosciences, Inc. The purpose of this contract is to provide coverage for parts and services for any required maintenance of the Cytek flow cytometer, and its lasers (serial number Y1440) during the period of performance specified in the order. The coverage applies to the instrumentation and lasers and includes labor, travel expenses, and parts. The Flow Cytometers are currently in use by the Laboratory of Viral Diseases (LVD), which carries out investigations of the molecular biology of viruses, the interactions of viruses with host cells, the pathogenesis of viral diseases, and host defense mechanisms.

II. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS
NAICS code 811210 - Electronic and Precision Equipment Repair and Maintenance with a business size standard classification of $34 M. This acquisition is set aside for small businesses.

III. REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2024-07 dated 08-29-2024. This acquisition is conducted under the procedures as prescribed in FAR Part 12— Acquisition of Commercial Products and Commercial Services

IV. STATUTORY AUTHORITY
This acquisition is for a commercial item or service and is conducted under the authority of the FAR Part 12 Acquisition of Commercial Products and Commercial Services and the statutory authority of FAR 6.302-1—Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 3304 (a)(1).

V. DESCRIPTION OF REQUIREMENT:

A. PURPOSE AND OBJECTIVES:
The purpose of this requirement is to provide the NIAID with an acquisition of a maintenance service contract to support the operation of the flow cytometer unit (serial number Y1440). The goal of the conducts and supports basic and applied research to better understand, treat, and ultimately prevent infectious, immunologic, and allergic diseases. This maintenance service contract will ensure that the flow cytometer continues to function and support NIAID research.

B. PERIOD OF PERFORMANCE:
NIHHLS anticipates a firm fixed price purchase order. This requirement shall consist of a 12-month base period and (4) 12-month option periods. The estimated period of performance shall be as follows:

Base year: April 23, 2026 to April 22, 2027 (12 months)
Option year 1: April 23, 2026 to April 22, 2027 (12 months)
Option year 2: April 23, 2026 to April 22, 2027 (12 months)
Option year 3: April 23, 2026 to April 22, 2027 (12 months)
Option year 4 April 23, 2026 to April 22, 2027 (12 months)

PROJECT REQUIREMENTS:
Refer to the attached Statement of Work for detailed project requirement.

VI. 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, Cytek Biosciences Inc.. is the only vendor in the marketplace that can provide the services required by NIHHLS. The equipment is proprietary to its manufacturer, Cytek Biosciences, Inc., and this company is the sole provider of maintenance for this equipment.
In accordance with FAR part 10, extensive market research was conducted to reach this determination. Additionally, 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 Cytek Biosciences, Inc. is capable of meeting the needs of this requirement.

The intended source is:
Cytek Biosciences, Inc.
47215 Lakeview Blvd.
Fremont, CA 94538
USA

VII. 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. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response.
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 Dun & Bradstreet Number (DUNS), 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.


All responses must be received by the closing date and time of this announcement and must reference the solicitation number, PCA-NIAID-02214. Responses must be submitted electronically to Elaine Estrella, Contract Specialist at elaine.estrella@nih.gov or Brian Lind, Contract Specialist at brian.lind@nih.gov on or before April 21, 2026 at 4:00pm Eastern Standard Time (EST)..
.

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.