Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2026 SAM #8830
SOLICITATION NOTICE

J -- Service Agreement - Jeol's Transmission Electron Microscope

Notice Date
1/27/2026 8:14:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
75N94026Q00039
 
Response Due
2/6/2026 6:00:00 AM
 
Archive Date
02/09/2026
 
Point of Contact
ROBINSON, TINA, Phone: 13014437796
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is 75N94026Q00039 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-06. The North American Industry Classification (NAICS) Code is 811210 and the business size standard is $34M. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intends to contract on a sole source basis with JEOL USA INC � 11 Dearborn Road � P.O. Box 6043 � Peabody, MA 01961 to procure a one-year service agreement for the JEM-1400 Electron Microscope and accessories/components as follows: MDL: JU2008312 JEM-1400 TRANSMISSION ELECTRON MICROSCOPE � Quantity (1) EA MDL: 239232 - EM-21010 COMMON SPECIMEN HOLDER � Quantity (1) EA MDL: 814816908 - SEG SIDE ENTRY GONIOMETER, FOR 1400,2100,2100F,2200FS AND 2500SE � Quantity (1) EA MDL: 731-LX2-A2-6XXXAX-M202 � CHILLER, LX2 AIR COOLED � Quantity (1) EA Period of Performance: June 24, 2026, through June 23, 2027. The service agreement provides the following Jeol Standard Service Agreement Terms & Conditions (but not limited to) benefits: Routine and Preventative Maintenance � up to two routine maintenance visits per year during Jeol�s business hours of 8:30AM to 5:00PM, Monday through Friday, Jeol�s scheduled holidays excluded. Visits shall include work deemed necessary to assure long-term performance and reliability to include corrective service at this time for malfunctioning systems per Jeol�s discretion. Average response time of one working day Unlimited telephone support for remote troubleshooting Several defective replacement parts, replace w/OEM parts Maintenance sessions including repair, maintenance and calibration � OEM repair parts included Jeol�s Factory trained Field Service Engineers trained to conduct all the services on the products listed above, no outside service engineers/technicians allowed/accepted to provide service, thus service quality is guaranteed - Also, specification sheets and instrument diagrams needed to perform the preventative maintenance of the instrument is proprietary information and only technicians employed by JEOL USA have access to such documentation Unlimited Emergency Visits/Service � guaranteed response time of the next regularly scheduled business day whenever the instrument becomes inoperable or does not perform to specifications due to failure associated w/instrument � a current Jeol factory certified/trained and Jeol employed engineer will make the appropriate repairs Dedicated account manager, call history tracking JEOL USA is the sole factory authorized provider of service and sales in the United States and Canada. A typical JEOL service engineer is a graduate of an accredited Technical Institute, having a least an Associate Degree in Electrical Engineering or the equivalent. Initially, the engineer receives approximately seven weeks of formal instruction at the JEOL Training Center as well as individualized instrument training. These classes are interspersed with extensive field training under direct supervision of senior service engineers. Engineers return periodically to the JEOL Training Center for additional training whenever new equipment or new techniques are introduced. Factory training and JEOL training center instruction in maintaining JEOL instrumentation are available only to current, qualified JEOL Service Engineers. Also, specification sheets and instrument diagrams needed to perform the preventative maintenance of the instrument is proprietary information and only technicians employed by JEOL USA have access to such documentation. Software updates, user manuals and service manuals are not open access and are provided solely to instrument owners and JEOL technicians. In order to comply with the maintenance, the contract must be serviced by JEOL. JEOL do not accept/take purchase orders/service requests from third party vendors. Any services provided by an unauthorized third party could void any current and future warranties. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This synopsis is not a request for competitive proposals. The offeror/response must include a completed copy of the provision of FAR Clause 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services. Applicable Clauses: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements�Representation 52.204-7 System for Award Management�Registration 52.240-90 Security Prohibitions and Exclusions�Representations and Certifications 52.203-17 Contractor Employee Whistleblower Rights 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Terms and Conditions�Commercial Products and Commercial Services 52.219-8 Utilization of Small Business Concerns 52.222-3 Convict Labor 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-48 Exemption from Application of the Service Contract Labor Standards for Maintenance, Calibration, or Repair of Certain Equipment�Certification 52.222-50 Combating Trafficking in Persons 52.223-23 Sustainable Products and Services 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer�System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4 Applicable Law for Breach of Contract Claim 52.233-3 Protest after Award 52.240-91 Security Prohibitions and Exclusions 52.244-6 Subcontracts for Commercial Products and Commercial Services The clauses are available in full text at http://www.acquisition.gov/far/. Quotations will be due on February 6, 2026, before 9:00 am eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference �Solicitation number 75N94026Q00039. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94026Q00039 in the subject line of email. �System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation. Contracting officers will rely on representations from offerors based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.� In order to receive an award, contractor must be registered as all awards and have valid certification in the System for Award Management (SAM) @ www.Sam.gov. Lack of valid registration in SAM will make an offeror ineligible for award. FAR Clause: An Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/58ef1aae3b6a4d5eb1b4abe6be2a99d2/view)
 
Place of Performance
Address: MD 20782, USA
Zip Code: 20782
Country: USA
 
Record
SN07697722-F 20260129/260127230034 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.