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
  1. 1
    Posted Dec 12, 2023 2:55 PM
  2. 2
    Updated Dec 12, 2023 2:55 PM
  3. 3
    Due Dec 15, 2023 10:00 PM
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
Intent to Sole Source Qiagen Rotor-Gene Q 5plex Cycler
Active
Health And Human Services, Department Of
Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to award a sole source firm fixed price purchase order to Qiagen LLC for a Rotor-Gene Q 5plex Platform and RGQ, IQ/OQ Service. The Qiagen Rotor-Gene Q 5plex cyclers are widely used real-time PCR equipment in the European region, specifically by over 160 WHO-supported polio diagnostic labs. These cyclers are essential for evaluating the performance of standardized molecular assays for Poliovirus detections and typing, as required by the WHO. The unique design of the Qiagen Rotor-Gene Q Platform, with its centrifugal rotary design and rapid airflow heating/cooling system, sets it apart from other real-time machines in the market. The government is not requesting competitive quotations, but interested parties can submit proposals within fifteen days of the notice issuance. The deadline for submission is 11:00 EDT on August 2, 2024, and should be emailed to the contract specialist at email@cdc.gov.
NOTICE OF INTENT FOR FAC SYMPHONY A1 SYSTEM
Active
Health And Human Services, Department Of
NOTICE OF INTENT FOR FAC SYMPHONY A1 SYSTEM The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is planning to procure a FACS Symphony A1 Flow Cytometer System and shipping services. This system is typically used for analytical laboratory purposes in the field of biosciences. The procurement will be conducted on an other than full and open competition basis, with Becton Dickinson Biosciences being the intended vendor. The delivery of the system is expected within 30 days after receipt of order. The place of delivery is Bethesda, Maryland (MD) 20892. The statutory authority for this sole source requirement is 41 U.S.C. 1901 (a) (1) as implemented by FAR 13.106-1, which allows for a single responsible source when no other supply or service can meet the agency's requirements. This notice is not a request for proposal. However, all responsible sources that can provide the product may submit a capability statement and a letter of authorization to resell by August 2, 2024, for consideration. The submission of required documents must be done through the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. Vendors must register in the eSASS system to submit their documentation. The Government will consider all responses received by the closing date of this synopsis. The decision to not compete this requirement, based on the responses received, rests solely with the Government. For any further information or inquiries, please contact Leah Hinson at leah.hinson@nih.gov.
Ambr 250 or Equal High Throughput Bioreactor System for NIAID VPP
Active
Health And Human Services, Department Of
Sources Sought HEALTH AND HUMAN SERVICES, DEPARTMENT OF Ambr 250 or Equal High Throughput Bioreactor System for NIAID VPP The National Institute of Allergy and Infectious Diseases (NIAID), Vaccine Research Center (VRC), Vaccine Production Program (VPP) is seeking to acquire two (2) Brand Name Sartorius Ambr 250 high-throughput bioreactor systems for its Cell Culture Development (CCD) team for mammalian cell culture clone and growth condition screening processes. This acquisition ensures CCD has a suite of reliable small-scale bioreactors capable of broad screening that will prevent bottlenecks and delays to work. The high-throughput bioreactor systems must meet specific technical requirements, including being high throughput, 24-way, scale-down model designed for process development. They must also have specific dimensions, electrical requirements, and the ability to support various supplies and processes. Additionally, the systems must be compatible with specific consumables and have features such as automated sampling, control software, and SCADA integration. The anticipated period of performance is on or about September 27, 2024, with delivery required within 65 days upon award. Interested organizations are invited to submit a response to this Sources Sought Notice by August 5, 2024, at 3:00 PM EST. The response should include organization information, capability statement, place of manufacture, evidence of authorization, and information on sustainability practices. Please submit responses to Kathy Song at kathy.song@nih.gov. Note: This notice does not obligate the Government to award a contract or provide payment for the information provided. The Government reserves the right to use the information for any necessary and appropriate purpose.
Notice of Intent to Sole Source – R&D Systems
Active
Health And Human Services, Department Of
Notice of Intent to Sole Source – R&D Systems The Department of Health and Human Services, Department of, National Institutes of Health, intends to award a fixed price purchase order to Bio-Techne for Bio-techne kits used for molecular profiling of histological samples following high intensity focused ultrasound (HIFU) at the National Institutes of Health (NIH) Clinical Center (CC) Department of Radiology & Imaging Sciences (RADIS). These kits are used for biological product manufacturing and fall under the category of laboratory equipment and supplies. The procurement will take place in Bethesda, Maryland, United States. The proposed vendor, BioTechne, is the only source available to provide the kits with the required specifications needed by the NIH CC RADIS department. This acquisition is being conducted using simplified acquisition procedures and is not open for competition. Interested parties may submit their capabilities and interest in response to this notice. The closing date for submissions is August 1st, 2024 at 2pm EST. For more information, contact Kristin Nagashima, Contract Specialist at kristin.nagashima@nih.gov.
Notice of Intent to Sole Source: Maintenance Services for Rees Centron Monitoring System
Active
Health And Human Services, Department Of
The National Institute of Neurological Disorders and Stroke (NINDS) plans to award a sole-source contract for critical maintenance services and support for the Rees Centron Monitoring System. This system is vital for monitoring the temperature of scientific freezers and incubators across multiple NIH campus buildings, ensuring the integrity of stored samples used in neurological research. The scope of work involves providing manufacturer-certified services for this proprietary system. Only Rees Scientific, the system's manufacturer, possesses the required access, training, and certifications to perform annual sensor calibrations, software upgrades, and preventative maintenance. The work is complex and specialized, requiring a unique skill set and access to proprietary information. To qualify for this sole-source contract, applicants must demonstrate their capability and bona fide credentials. The evaluation criteria will focus on an applicant's ability to meet the specific requirements outlined in the notice. As this is not a competitive process, there are no set eligibility criteria, but all respondents must have a valid System for Award Management (SAM) registration. The contract is expected to be a firm-fixed price agreement, with an estimated value not specified in the notice. The deadline for submitting expressions of interest and capability statements is 5:00 PM EST on August 1, 2024. The contact person for this opportunity is Evan Feely, Contracting Officer, who can be reached at evan.feely@nih.gov. This pre-solicitation notice is a formal indication of the government's intent to award the contract on a non-competitive basis. However, interested parties may still submit their capabilities and expressions of interest. The government retains the discretion to evaluate these submissions and potentially conduct a competitive procurement.