Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2026 SAM #8843
SOURCES SOUGHT

66 -- Automated Cell Culture System with Integrated Refrigeration

Notice Date
2/9/2026 10:54:04 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
PROGRAM SUPPORT CENTER ACQ MGMT SVC ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
75N98026Q00027
 
Response Due
2/19/2026 12:00:00 PM
 
Archive Date
03/06/2026
 
Point of Contact
Deborah Blyveis
 
E-Mail Address
deborah.blyveis@hhs.gov
(deborah.blyveis@hhs.gov)
 
Description
SOURCES SOUGHT NOTICE Solicitation Number: 75N98026Q00027 Title: Automated Cell Culture System with Integrated Refrigeration Classification Code: 6640 � Laboratory Equipment and Supplies NAICS Code: 339112 � Surgical and Medical Instrument Manufacturing Size Standard: 1,000 Employees DESCRIPTION This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources to provide a potential commercial product supply requirement. This notice is issued solely for market research purposes in accordance with FAR Part 10 to: - Assess the availability of commercial products capable of meeting the Government�s requirements; - Determine the most appropriate acquisition strategy, including potential small business set-asides; and - Identify the availability of domestic end products manufactured in the United States in sufficient and reasonably available commercial quantities and of satisfactory quality. This notice does not constitute a commitment by the Government to issue a solicitation or to award a contract. Responses will not be considered proposals or quotations, and no award will be made as a result of this notice. The Government will not be responsible for any costs incurred in responding to this notice. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e., address if the supply/equipment is a domestic end product and include country of manufacture). Small business respondents must also address the size status of the manufacturer under the applicable NAICS code (Non-Manufacturer Rule, if applicable). BACKGROUND The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and to apply that knowledge to enhance health, lengthen life, and reduce illness and disability. The National Eye Institute (NEI), part of NIH, is dedicated to eliminating vision loss and improving quality of life through vision research. Within NEI, the Unit on Ocular Stem Cells and Translational Research (OSCTR) conducts research using induced pluripotent stem cell (iPSC)�derived adherent cell cultures that are highly sensitive to handling variability and contamination. To support reproducible outcomes and high-throughput research, OSCTR requires an automated cell culture system that minimizes manual intervention, ensures consistent handling conditions, and integrates with existing laboratory infrastructure. PURPOSE AND OBJECTIVE The purpose of this Sources Sought notice is to identify vendors capable of providing a commercially available automated cell culture system with integrated refrigeration that meets the Government�s minimum requirements. The Government anticipates acquiring one (1) automated cell culture system meeting the salient characteristics described below. The reference to the NESTOR Cell Automation System is for descriptive purposes only to indicate the required level of quality, performance, and functionality. Offers of equal products will be considered if all salient characteristics are met. PROJECT REQUIREMENT (SALIENT CHARACTERISTICS) The automated cell culture system shall meet or exceed the following requirements: Performs automated media exchange, feeding, sampling, washing, passaging, differentiation/maturation, and harvesting for mammalian adherent cell cultures. Compatible with commonly used laboratory consumables, including T-flasks and multi-well plates, without requiring proprietary or manufacturer-exclusive vessels. Compact benchtop footprint suitable for space-constrained laboratory environments. Sterile liquid handling suitable for live mammalian cell culture applications. Automated passaging and cell splitting using enzymatic or mechanical methods. Programmable, repeatable workflows with minimal operator intervention. Compatible with standard CO? incubators and does not require a fully enclosed robotic workcell. Purpose-built for automated live cell culture applications. Integrated refrigeration capable of storing at least four reagents within manufacturer-recommended temperature ranges. Integrated battery backup supporting critical system functions for up to twenty-four (24) hours. Environmental compatibility with standard mammalian cell culture conditions (e.g., ~37 �C, humidified CO? environment). Support for sensitive adherent mammalian cell cultures, including stem-cell�derived cell types. Automated protocol versioning and time-stamped run logs. Data export capability in commonly used, non-proprietary formats. User access controls to prevent unauthorized protocol modification. Built-in or validated decontamination capability for fluid paths. Sterilizable or disposable fluid-contact components. Minimum two-year manufacturer warranty covering parts and labor. CAPABILITY INFORMATION REQUESTED Interested vendors shall submit a capability statement addressing their ability to provide a commercial product meeting the requirements above. Responses should be concise and limited to information necessary for market research purposes. Capability statements shall include: Product Identification Manufacturer name Product model name/number Indication whether the respondent is the manufacturer, authorized distributor, or reseller Technical Capability A point-by-point response describing how the proposed product meets or exceeds each salient characteristic Identification of any deviations, if applicable Commercial Availability Commercial status of the product Estimated delivery lead time ARO Warranty terms Manufacturing and Origin Place of manufacture (country of origin) Confirmation whether the product qualifies as a domestic end product Small Business Information Business size under NAICS 339112 Manufacturer size status for purposes of the Non-Manufacturer Rule, if applicable Contracting Vehicles (if applicable) Identification of any applicable GSA Schedule, Government-wide, HHS-wide, or NIH-wide acquisition contracts through which the product may be acquired Company Information Company name Unique Entity ID (UEID) Physical address Primary technical and administrative points of contact (name, title, phone number, and email address) The Government requests that no proprietary, classified, confidential, or sensitive information be included in responses. RESPONSE INSTRUCTIONS One (1) electronic copy of the response shall be submitted in Microsoft Word or Adobe PDF format. Responses shall not exceed ten (10) pages. All responses must reference Solicitation Number 75N98026Q00027 and be submitted electronically. Responses shall be submitted to: Deborah Blyveis, Contract Specialist Email: deborah.blyveis@hhs.gov Responses must be received no later than: Friday, February 19, 2026, at 3:00 PM Eastern Time Facsimile responses will not be accepted. DISCLAIMER This Sources Sought notice does not obligate the Government to award a contract or pay for any information submitted. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government is under no obligation to acknowledge receipt of responses or provide feedback. A presolicitation synopsis and solicitation may be issued via www.sam.gov at a later date.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9b4ad8894ab041c7b5b2640f652c1a67/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07710352-F 20260211/260209230043 (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.