Plasma assays of Alzheimer’s disease biomarkers (abeta42, abeta40, ptau217 ) using the Lumipulse assays on the Fujirebio G1200 in the Baltimore Longitudinal Study of Aging (BLSA)
ID: 75N95025Q00186Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 1:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to perform plasma assays of Alzheimer’s disease biomarkers (abeta42, abeta40, ptau217) using Lumipulse assays on the Fujirebio G1200 for the Baltimore Longitudinal Study of Aging (BLSA). The contractor will analyze approximately 4,000 serum/plasma samples, employing senior research specialists to ensure continuity and consistency with prior assays, ultimately contributing to the understanding of cognitive decline and Alzheimer’s disease. This procurement is critical for advancing research on early identification and treatment of Alzheimer’s and related dementias, with a contract period anticipated from May 1, 2025, to April 30, 2026. Interested parties must submit their proposals by 9:00 a.m. EDT on April 11, 2025, to Emily Palombo at emily.palombo@nih.gov.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 12:05 PM UTC
The government document outlines the representation requirements regarding telecommunications and video surveillance services or equipment in contracts involving federal agencies, following Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It specifies that offerors must declare whether they will provide "covered telecommunications equipment or services" as part of their offered products or services to the government. The document details definitions and factors related to the terms used, prohibition clauses on covered equipment, and required disclosures based on the representations made by the offeror. If an offeror states they will or do use such covered telecommunications items, they must provide extensive information, including the identity of the producing entity and the nature of the proposed use. This document serves to ensure compliance with national security measures, protecting against potential risks associated with certain telecommunications technologies within government contracts.
Mar 28, 2025, 12:05 PM UTC
The provision 52.204-26 outlines requirements regarding "covered telecommunications equipment or services" in the context of federal contracting. It defines relevant terms and mandates that Offerors check the System for Award Management (SAM) for entities that cannot receive federal awards related to such equipment or services. Offerors must provide a representation indicating whether they supply or utilize covered telecommunications equipment as part of their products or services for government contracts. This requirement supports compliance with the prohibition on contracting for certain telecommunications and video surveillance services known to pose risks to national security. Thus, this provision aims to safeguard government contracting processes by ensuring that agencies do not engage with companies that may compromise security due to the use of prohibited technologies.
Mar 28, 2025, 12:05 PM UTC
The document serves as an addendum to FAR 52.212-4, addressing the order of precedence for resolving inconsistencies in government contracts pertaining to commercial items. It outlines the hierarchy of documents, starting with the schedule of supplies/services, followed by specific clauses and agreements relevant to commercial supplier agreements. These agreements are defined as terms commonly offered by vendors, significant for IT acquisitions, and apply to all formats and delivery mechanisms. It clarifies that when the U.S. Government is the end user, certain provisions are incorporated, including governance by federal law, limitations on binding government personnel, and restrictions on automatic renewals. Additionally, it establishes rules regarding dispute resolution, indemnification issues, and conditions for audits. The document emphasizes that modifications requiring governmental consent must be properly documented and enforces the principle that rights and obligations cannot be assigned without government approval. This summary highlights key legal frameworks that govern commercial supplier agreements in federal contracting, ensuring clarity and enforceability for both suppliers and government entities.
The document outlines the Federal Acquisition Regulation (FAR) clauses applicable to the contracting of commercial products and services, as mandated by various statutes and executive orders. Key clauses incorporated by reference include those relating to contractor ethics, whistleblower protections, Executive Order compliance, and various contracting rules to enhance the utilization of small businesses, particularly in set-asides for HUBZone and veteran-owned firms. Notably, the contract requires adherence to terms prohibiting subcontractor sales restrictions, the requirement for reporting executive compensation and first-tier subcontract awards, and the implications of compliance with the Federal Acquisition Supply Chain Security Act. Additional provisions concerning labor standards, employment eligibility verification, and minimum wage requirements reflect an ongoing commitment to ethical labor practices and transparency in government contracting. The purpose of these clauses is to ensure that contractors comply with established laws and regulations, promoting fair competition and protecting the rights of workers, while simultaneously advancing government objectives in contracting practices, especially regarding small and disadvantaged businesses.
Mar 28, 2025, 12:05 PM UTC
The document outlines the certification requirements for offerors seeking exemption from the Service Contract Labor Standards (SCLS) for certain services in government contracts, as stipulated by federal regulation 52.222-52. Offerors must certify that their services are regularly offered to non-governmental customers at established prices and that employees will spend minimal time (less than 20%) on government contracts. Additionally, the compensation plan for service employees must be consistent with that for commercial clients. If the offeror meets these criteria, the contracting officer may decide that SCLS does not apply to the offeror, resulting in the exclusion of certain labor standards clauses from the contract. Conversely, failing to certify compliance will prevent contract award or require immediate communication with the contracting officer regarding wage determinations. This provision emphasizes the importance of compliance with federal contracting regulations and informs offerors about their obligations concerning labor standards in government-related services.
Mar 28, 2025, 12:05 PM UTC
This document outlines the Invoice and Payment Provisions applicable to federal contracts, specifically those under the National Institutes of Health (NIH). Key provisions emphasize the detailed requirements for submitting invoices, which must include specific identification details such as the Contractor's information, unique invoice numbers, relevant contract numbers, and descriptions of services or supplies provided. Invoices must be submitted electronically via the Department of Treasury’s Invoice Processing Platform (IPP). The payment timeframe stipulates that payments will occur within 30 days after receiving a proper invoice or government acceptance of delivered services, with expedited terms for perishable goods. Interest penalties may apply for late payments when certain conditions are met. Additionally, the document mandates accelerated payments to small business subcontractors within 15 days after the contractor receives government payments and specifies that electronic submission of payment requests is required unless an alternative method is authorized. This summary encapsulates the document's structure, emphasizing the requirements for invoices, payment timelines, and provisions promoting small business assistance within the context of government contracting processes.
Mar 28, 2025, 12:05 PM UTC
The National Institute on Aging (NIA) seeks to quantify Alzheimer’s disease (AD) biomarkers using Lumipulse assays on stored plasma samples from the Baltimore Longitudinal Study of Aging (BLSA). This procurement will employ a Senior Research Specialist to carry out assays for abeta42, abeta40, and pTau217 on 4,000 samples, aiming to enhance understanding of cognitive decline and AD through these biomarkers. The data will assist researchers in identifying participants who may be in the preclinical phase of AD and will be used alongside other clinical data. The contractor is required to deliver results electronically within one year and provide a progress report detailing sample analyses and any issues encountered. The NIA will retain unlimited rights to all deliverables produced under the contract. The project's period spans from May 1, 2025, to April 30, 2026, and is characterized as high-throughput research critical for early detection and treatment of cognitive impairments associated with Alzheimer's and related dementias.
Similar Opportunities
Signatures of aging outcomes
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to perform comprehensive immunohistochemistry analysis of 2,184 mice tissue samples as part of a project aimed at building proteomic signatures of aging outcomes. The contractor will be responsible for a full histological analysis, including tasks such as tissue trimming, cassette preparation, paraffin embedding, sectioning, staining, and imaging, with deliverables due within one year from the date of award. This procurement is critical for advancing the understanding of aging through rigorous scientific analysis, and the anticipated contract will be awarded as a firm fixed-price purchase order. Interested parties must submit their proposals by April 22, 2025, at 3:00 PM Eastern Daylight Time, to Rashiid Cummins at Rashiid.Cummins@nih.gov.
Neutrophil antibody testing and various blood products for the Department of Transfusion Medicine
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole-source contract to the American National Red Cross for neutrophil antibody testing and various blood products for the Department of Transfusion Medicine. This procurement aims to address the critical need for specialized blood products and testing services essential for patients with conditions such as sickle cell disease and Severe Aplastic Anemia, who require phenotype-matched blood and HLA-matched platelets. The anticipated period of performance for this indefinite delivery/indefinite quantity (IDIQ) task order is from May 1, 2025, through April 30, 2026, with a total estimated value not exceeding $250,000. Interested parties may submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 21, 2025, at 6:30 AM EST.
Service Contract for Leica Imaging Platforms for the Laboratory of Immune System Biology (LISB)
Buyer not available
The Department of Health and Human Services, through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking a contractor to provide a service contract for the maintenance of Leica Imaging Platforms utilized by the Laboratory of Immune System Biology (LISB). The objective of this procurement is to ensure optimal operational conditions for 14 advanced microscopy instruments, which are critical for research in immunology and infectious diseases, through preventive maintenance, remedial repairs, and prompt onsite responses by factory-trained engineers. The contract will span a base period from May 1, 2025, to March 31, 2026, with four additional option periods extending through March 31, 2030. Interested vendors must submit their quotes by 3:00 PM EST on April 24, 2025, to Kathy Song at kathy.song@nih.gov, and are encouraged to address any questions by April 18, 2025.
Notice of Intent for BD Flow Cytometry Antibodies Reagents
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is issuing a Notice of Intent for a sole-source procurement of various flow cytometry antibodies from BD. The procurement encompasses 28 types of antibodies along with associated shipping and handling costs, which are critical for research and diagnostic applications in the field of immunology and infectious diseases. This opportunity is not a request for proposal; however, other suppliers capable of providing comparable products are invited to submit capability statements via the NIAID's electronic Simplified Acquisition Submission System (eSASS) by April 17, 2025, at 10:00 am. Interested vendors must register in the eSASS system to participate, and all submissions will be evaluated at the Government's discretion.
LAB TESTS AND REAGENTS KITS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Illumina, Inc. for the procurement of various Next Generation Sequencing (NGS) reagent kits essential for their laboratory operations. The required items include specific Illumina reagent kits, which are critical for conducting NGS and are exclusively manufactured by Illumina, making them unavailable from other suppliers. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the primary contact, Ms. Van Holley, by 9:00 AM ET on April 17, 2025, with no costs incurred by the government for submissions. Contractors must be registered with the System for Award Management (SAM) to participate in this procurement process.
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
NOTICE OF INTENT FOR LABORATORY EQUIPMENT AND SUPPLIES
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Plexon, Inc. for the procurement of laboratory equipment and supplies essential for research purposes. The contract will cover various items including headstages and cables, multi-electrode arrays, acquisition and analysis software, an overhead camera system, and optogenetics systems, all of which are critical for data acquisition and analysis in laboratory settings. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the Contract Specialist, Ms. Van Holley, by 9:00 AM ET on April 18, 2025. Responses must include company details and product specifications, and all contractors must be registered with the System for Award Management (SAM).
CARD Masters of Professional Studies (MPS) Fellowship Program
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a non-competitive contract for the CARD Masters of Professional Studies (MPS) Fellowship Program. This procurement involves providing educational services for six students enrolled in a Master’s in Data Science program, including specific courses in data analysis and bioinformatics, with all credits being transferrable to the University of Maryland Baltimore County. The anticipated award date is April 30, 2025, and interested parties must submit their proposals by 9:00 a.m. Eastern Standard Time on April 21, 2025, to Kevin Alvarez at kevin.alvarez@nih.gov. The contract is expected to be a firm fixed-price purchase order, with a performance period of twelve months.
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
Buyer not available
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
RRPV Solicitation Summary: Central Influenza and Emerging Infectious Diseases Vaccine Immunogenicity Laboratory Services
Buyer not available
The Department of Health and Human Services, through the Biomedical Advanced Research and Development Authority (BARDA), is seeking proposals for the establishment of a Central Influenza and Emerging Infectious Diseases Vaccine Immunoassay Laboratory. This initiative aims to enhance national health security by facilitating the rapid development of vaccines in response to potential pandemics, with a focus on conducting immunoassays to support vaccine research and clinical trials. The successful offeror will play a critical role in strengthening biodefense infrastructure by providing standardized laboratory services, with proposals due by May 30, 2025, and questions accepted until April 24, 2025. Interested parties can contact Rebecca Harmon at rebecca.harmon@ati.org for further information.