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
    Active
    Health And Human Services, Department Of
    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.
    HAMILTON VANTAGE LIQUID HANDLING SYSTEM ACCESSORIES AND CONSUMABLES
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source procurement for accessories and consumables for the Hamilton Vantage Workstation from Hamilton Company. The procurement includes a variety of essential items such as reagent carriers, precision tab carriers, multi-flex modules, and consumable kits, which are critical for high-throughput testing across multiple laboratories on the second floor of Building 4 in Bethesda, Maryland. Interested vendors are invited to submit capability statements by September 9, 2024, via the NIAID electronic Simplified Acquisition Submission System (eSASS), with no obligation on the part of the government to award a contract or provide feedback on submissions. For further inquiries, vendors can contact Leah Hinson at leah.hinson@nih.gov.
    Maintenance of Baxter CVVH Prismax and Thermax system by Baxter/Vantive US Healthcare LLC (Notice of Intent to sole source)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole-source contract with Vantive US Healthcare LLC for the maintenance of Baxter's Continuous Veno-Venous Hemofiltration (CVVH) devices and associated equipment. The contract will cover the maintenance of five PRISMAX CVVH hemofiltration devices and five Thermax blood warmers, ensuring compliance with the manufacturer's maintenance standards and the operational integrity of critical medical equipment used in patient care. This equipment is vital for treating patients with acute renal failure, and the contract is structured for one base year with four option years, commencing on September 23, 2024. Interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 11:00 AM EST on September 11, 2024, for consideration.
    COMPREHENSIVE FIVE YEAR SERVICE PACKAGE - ENVIRONMENTAL MONITORING SYSTEM SERVICE (AMBIS 2203139)
    Active
    Health And Human Services, Department Of
    Presolicitation Notice: Department of Health and Human Services, Department of National Institutes of Health (NIH) intends to negotiate with Rees Scientific for the procurement of an environmental monitoring system package. The package includes a comprehensive five-year service package with various components and documentation. The service shall be performed at Rocky Mountain Laboratories (RML) in Hamilton, MT. The monitoring system is required to ensure compliance with regulations enforced by the Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC) for animal research operations at RML. This is a sole source requirement, and no other company has the authority to perform these critical services. Interested parties may submit a capability statement for consideration by the Government.
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
    Active
    Health And Human Services, Department Of
    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.
    Downstream Development Biolayer Interferometer Instrument: GatorPivot 16 Channel and Gator Pro 32 Channel Systems- Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the procurement of two Biolayer Interferometer Instruments, namely the GatorPivot 16 Channel and Gator Pro 32 Channel systems, to support monoclonal antibody and vaccine development projects. The instruments are critical for high-throughput quantification of proteins and protein epitopes, essential for vaccine efficacy and regulatory approval processes. Interested vendors must submit their quotes by September 13, 2024, with the expectation of delivery within 90 days post-award, and are encouraged to demonstrate their capability to meet the specified technical requirements. For inquiries, vendors can contact Hershea Vance at hershea.vance@nih.gov or Linda Smith at linda.smith2@nih.gov.
    ACQUISITION OF MICROWAVE SOURCE FOR DYNAMIC NUCLEAR POLARIZATION
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the acquisition of a specialized microwave source for dynamic nuclear polarization (DNP) to support solid state nuclear magnetic resonance (SSNMR) research. The procurement involves a 263 GHz CPI 5-W CW Electric Input Oscillator (EIO) and an associated power supply, which must meet stringent operational requirements, including continuous-wave output, tunable frequency, and stability under controlled temperature conditions. This equipment is crucial for advancing biomedical research, reflecting the NIH's commitment to enhancing scientific capabilities through specialized technology. Interested vendors should note that the procurement is not set aside for small businesses, and proposals will be evaluated based on technical capability and pricing. For further inquiries, Amber Harris can be contacted at amber.harris@nih.gov, with an anticipated delivery timeframe of within 12 months from the award date.
    Installation of 18x Boom Arms for a Tandem Boom System (Notice of Intent to Sole Source)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract for the installation of 18 new 2nd Boom Arms for a Tandem Boom System at the NIH Clinical Center in Bethesda, Maryland. This procurement aims to replace existing respiratory boom systems in the ICU suite, which have been deemed inadequate by users, and to ensure the functionality of the new equipment through necessary deinstallation and reinstallation of medical gas, electrical, and telecommunication lines. The project is critical for enhancing medical equipment efficiency and safety, reflecting a responsive approach to user feedback. Interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 4:00 PM EST on September 9, 2024, as this is not a request for proposal but a notice of intent to sole source to KR Wolfe Inc. and its subcontractor, Hillrom (now Baxter International).
    NOTICE OF INTENT TO SOLE SOURCE: UPGRADE OF THE CAPSULE PACK COMPRESSOR UNITS IN THE -20 C UNITS OF A NORLAKE WALK -IN FREEZER
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with Normco Cascade Inc. for the upgrade of the capsule pack compressor units in its -20°C Norlake walk-in freezers. This procurement aims to resolve reliability issues stemming from faulty coils within the compressors, which have led to frequent failures, thereby ensuring the consistent operation of critical cold storage facilities that maintain the integrity of standard reference materials. The selected contractor, Normco Cascade Inc., has a proven track record with NIST and has previously implemented a successful custom installation solution that has demonstrated reliability since January 2024. Interested parties capable of fulfilling these requirements are invited to submit responses by 10:00 AM EST on September 13, 2024, via email to Rudolph Spencer at rudolph.spencer@nist.gov. The contract will be a Firm Fixed-Price purchase order under NAICS Code 811310, with a size standard of $12.5 million.
    SOURCES SOUGHT: Maintenance and Repair Service for the Nanopore Promethion Long Read Sequencer
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide maintenance and repair services for the Nanopore Promethion Long Read Sequencer. The primary objective is to ensure the reliable functioning of this critical laboratory equipment, which supports ongoing research at the National Institute on Aging, particularly in neurogenetics and Alzheimer's disease studies. The selected contractor will be responsible for preventative maintenance, software upgrades, and troubleshooting, with a requirement for OEM-certified parts and factory-trained technicians. Interested parties must submit their capability statements to Hashim Dasti at hashim.dasti@nih.gov by September 18, 2024, at 11 AM Eastern Time, adhering to specified formatting guidelines.