Rotor package as part of a GSA contract
ID: NOI-NIAID-24-2198166Type: Presolicitation
Overview

Buyer

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

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    Presolicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF, NATIONAL INSTITUTES OF HEALTH, NATIONAL INSTITUTES OF HEALTH NIAID is planning to procure a rotor package specific to the requirements of NIAID to accompany an Optima XE-90 ultracentrifuge. This procurement is intended to support the PREMISE program of the Vaccine Research Center in characterizing macromolecules and nanoparticles for the detection of specific antibodies directed towards a panel of respiratory virus spikes/glycoproteins. The rotor package, provided by Franklin Young International Inc on their GSA contract, is a Beckman-Coulter Vti-50.1 rotor package 12 x 39 mL, capable of running density gradients in shorter time spans compared to older models. The acquisition will not be split between vendors, and the sole source requirement is justified under 41 U.S.C. 1901 (a) (1) as implemented by FAR 13.106-1. All responsible sources that can provide comparable services may submit a capability statement for consideration.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    In-VitroCell NU-5710 Direct Heat CO2 Incubator
    Buyer not available
    Combined Synopsis/Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF is seeking to procure an In-VitroCell NU-5710 Direct Heat CO2 Incubator. This item is typically used for laboratory research and is intended to replace the current incubators being utilized at NIEHS. The procurement is being conducted on a sole source basis with Nuaire, Inc. The delivery date for this purchase is September 30, 2024. Interested parties may submit a capability statement by July 25, 2024, 5:00 PM EST. For more information, please contact Brian Moyer at moyerbd@niehs.nih.gov.
    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.
    Renewal Service Agreement for Various BD Flow Cytometers and Lasers
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to award a sole-source contract to Becton, Dickinson, and Company (BD) for a 12-month service agreement covering various BD flow cytometers and lasers. This procurement aims to ensure the operational continuity of critical research instruments that require specialized maintenance and repair services, which can only be provided by the original manufacturer. The service agreement includes parts, labor, travel for repairs, preventative maintenance inspections, software updates, and unlimited support, with a performance period from April 22, 2025, to April 21, 2026. Interested vendors may express their capabilities to meet these requirements by contacting Danielle Tines at danielle.tines@nih.gov within 15 days of this notice.
    Notice of Intent to Sole Source - QuidelOrtho Corporation
    Buyer not available
    The Centers for Disease Control and Prevention (CDC) intends to award a sole source contract to QuidelOrtho Corporation for a service agreement related to the VITROS 3600 Immunodiagnostic system. This procurement includes essential services such as the provision of reagents, calibrators, controls, and consumables, as well as repairs, labor, and travel incurred during service calls, along with one annual preventive maintenance and on-site technical support. The VITROS 3600 system plays a critical role in the laboratory's operations within the Division of Viral Hepatitis, ensuring accurate diagnostic capabilities. Interested vendors with relevant expertise are encouraged to submit their capabilities and pricing information to Leyla Campbell at LCampbell@cdc.gov by February 6, 2025, at 11:00 AM ET, as the government will consider all submissions to determine if competitive procurement is warranted.
    Intent to Award Sole/Single Source - ThermoFisher Helios G4 UX and Helios G2 600 Dual Beam FIB Systems Scanning Electron Microscope System
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole source contract for maintenance services on the ThermoFisher Helios G4 UX and Helios G2 600 Dual Beam FIB Systems Scanning Electron Microscope System at Wright-Patterson Air Force Base in Ohio. The contract will cover on-site preventative and corrective maintenance, with the contractor responsible for all necessary personnel, tools, and materials, ensuring compliance with local, state, and federal regulations. This specialized equipment is critical for the AFRL's research and development efforts, necessitating expert maintenance from ThermoFisher Scientific, the original manufacturer and sole authorized service provider. Interested parties may submit capability statements or exceptions to the sole source intent by February 7, 2025, to Jason Sav at jason.sav@us.af.mil, with the contract period commencing on January 27, 2025.
    Notice of Intent to Sole Source – Cardinal Health, Inc.
    Buyer not available
    The National Institutes of Health (NIH) intends to award a fixed-price purchase order to Cardinal Health, Inc. for the procurement of Floxuridine Vials, specifically for patient care at the NIH Clinical Center in Bethesda, Maryland. The requirement includes 10 units of Floxuridine for Injection, catalog number 0143-9270-01, which is exclusively distributed by Cardinal Health, Inc. in the United States, highlighting the critical nature of this medication for patient treatment. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by February 10, 2025, at 4 PM EST, as this acquisition is being conducted under the Simplified Acquisition Procedures of the Federal Acquisition Regulation.
    6515--Intent to Sole Source, PRISMAX V3 DIALYSATE For the Northport VA Medical Center.
    Buyer not available
    The Department of Veterans Affairs, specifically the Northport VA Medical Center, intends to award a sole source contract to Baxter Healthcare Corporation for the procurement of specific medical products, including the PrisMax V3 Dialysate. This contract, referenced by solicitation number 36C24225Q0307, aims to fulfill the facility's healthcare needs through a one-time Purchase Order for essential medical equipment. The procurement falls under NAICS code 339113, which pertains to Surgical Appliance and Supplies Manufacturing, highlighting the critical nature of these supplies in patient care. Interested parties may express their capability to meet the requirement by submitting their responses via email to Contract Specialist Sanchez Reid by February 10, 2025, at 12:00 pm EST, although no proposals or quotations will be accepted.
    CALIBRATION AND REPAIR MAINTENANCE AGREEMENT FOR EXISTING EQUIPMENT
    Buyer not available
    Special Notice: Department of Health and Human Services, National Institutes of Health intends to award a sole source contract to TSI, Inc. for a Calibration and Repair Maintenance Agreement for existing equipment. The vendor will provide calibration and repair service for approximately 130 pieces of TSI and TSI-Quest industrial hygiene and exposure monitoring equipment. This service is typically required on an annual basis and includes the replacement of consumable items, inspection and cleaning of serviceable parts, and repairs by technically qualified personnel. The vendor will also provide a detailed service report and ensure that the calibration service meets or exceeds accuracy standards traceable to the National Institutes for Standards and Technology (NIST). Interested parties must submit capability information by March 14, 2024, to establish their ability to meet this requirement. Contact Ms. Van Holley at holleyv@od.nih.gov for inquiries and submissions.
    Intent to Sole Source: Roche Chemistry Reagents and Supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, intends to award a sole source contract for the provision of Roche chemistry reagents and maintenance support for the Roche COBAS 6000 analyzer at the Acoma Indian Health Center in New Mexico. This contract, which has an initial term of six months with a potential six-month extension, aims to ensure the timely delivery of essential laboratory supplies and maintenance services critical for effective healthcare delivery in Native American communities. The contractor will be responsible for monthly and on-demand supply deliveries, equipment maintenance, and technical support to minimize downtime, reflecting the federal commitment to uphold high laboratory standards in health services. Interested parties may contact Stephanie Begay at stephanie.begay3@ihs.gov or 505-256-6750 for further inquiries, noting that the estimated total value of this requirement is below the simplified acquisition threshold.
    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.