SOURCES SOUGHT
66 -- �Brand Name or Equal� Millipore-Sigma Steritest Symbio Laminar Flow Hood (LFH) pump
- Notice Date
- 1/22/2026 7:03:25 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- FDA OFFICE OF ACQ GRANT SVCS Beltsville MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- FDA-SSN-132642
- Response Due
- 2/2/2026 11:00:00 AM
- Archive Date
- 02/17/2026
- Point of Contact
- Warren Dutter, Phone: 8705437577
- E-Mail Address
-
warren.dutter@fda.hhs.gov
(warren.dutter@fda.hhs.gov)
- Description
- 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 , 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): The instrument shall consist of a peristaltic pump compatible with Steritest membrane filtration canister devices. The pump shall have a compact design to be used in a 6-foot biosafety cabinet or a laminar flow hood. The pump shall be equipped with a pump head capable of automatic opening and closing during operation. The pump housing is to be constructed of 316L stainless steel. The pump housing and components to be resistant to vaporized hydrogen peroxide gas. The peristaltic pump shall have adjustable speed control with a maximum speed of at least 200 rpm. The pump shall be equipped with an integrated pressure monitoring system to detect abnormal filtration conditions. The pump shall include a pressure regulation or limiting function to protect membrane integrity. The pump shall be equipped with a user interface capable of configuring instrument settings and displaying operating status. The interface shall include a display screen capable of presenting operating parameters and alerts. The pump shall be equipped with a timer function. The pump shall have the ability to store at least 50 filtration protocols. The pump shall be compatible with Millipore-Sigma, Steritest Symbio ISL Pump, Serial # ISL274, and Millipore-Sigma, Steritest Symbio ISL Pump, Serial # ISL268 Additional System Requirements: The components and equipment shall be newly manufactured, not used or refurbished, or previously used for demonstration. Offered systems shall be a turn-key solution i.e., the contractor shall be responsible for providing all hardware, components, instruments, computers, software, and that otherwise required to meet these specifications and the FDA�s stated need. The system and associated accessories shall include operations and maintenance manuals covering proper operation, routine maintenance, and troubleshooting for the system and controlling software. All manuals and documentation shall be provided in hard copy and/or electronic format. Systems shall be warranted for not less than one (1) year from FDA acceptance of the system(s). Warranty service shall include troubleshooting capabilities based on complete knowledge of the entire system, immediate access to replacement parts. Phone and email technical support shall be included for a minimum of one (1) year. 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: Business name and bio, unique entity identification (UEI) number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. Provide this same information again if responding to provide a service offered by another firm. Past Performance information for the manufacturer and/or sale of same or substantially similar product and service or similar brand instruments to include date of sale, description, dollar value, client name, client address, client contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include UEI number and size status) if not the respondent. Descriptive literature, brochures, marketing material, etc. detailing the nature of the product and service the responding firm is regularly engaged in manufacturing and/or selling. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered items/services meet the technical requirements identified above. If applicable, identification of Best in Class (BIC) contract information or other Government-wide or HHS-wide contracts that the equipment/service is available on. If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. If a large business, provide whether subcontracting opportunities exist for small business concerns. Standard commercial warranty and payment terms. Provide place of product manufacture or service performance and any other applicable information to enable review and analysis pertaining to the Buy American statute and requirements relating to Made in America in the event a nonavailability waiver request through the MIAO Digital Waiver Portal is needed. Informational pricing is desired. The Government is not responsible for locating or securing any information, not identified in the response. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9c72f7a081ac41808610dc87bcab7286/view)
- Place of Performance
- Address: Irvine, CA 92612, USA
- Zip Code: 92612
- Country: USA
- Zip Code: 92612
- Record
- SN07694801-F 20260124/260122230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |