Acquisition of Microwave Synthesis Vials and Low Volume Recovery Vials
ID: 75N95025Q00151Type: Sources Sought
Overview

Buyer

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

NAICS

Research and Development in Biotechnology (except Nanobiotechnology) (541714)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Mar 27, 2025, 2:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to acquire Microwave Synthesis Vials (MRVs) and Low Volume Recovery Vials (HRVs) through a non-competitive procurement process. This acquisition aims to enhance laboratory efficiency by providing specialized vials designed for microwave-assisted chemical reactions and minimizing sample loss during handling. The MRVs are crucial for accelerating chemical reactions, while the HRVs ensure the integrity of valuable samples in analytical processes. Interested vendors must submit their proposals electronically by April 3, 2025, to Nicholas Niefeld at nick.niefeld@nih.gov, with an anticipated delivery timeframe of eight weeks after award. The procurement is being conducted under solicitation number 75N95025Q00151, with a focus on technical capability and past performance as evaluation criteria.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 3:05 PM UTC
The document outlines a request for proposals (RFP) regarding the acquisition of Microwave Reaction Vials (MRVs) and High Recovery Vials (HRVs) for laboratory use within the ASPIRE program. The primary purpose of acquiring MRVs is to accelerate chemical reactions and enhance efficiency through controlled heating, while HRVs aim to safeguard sample integrity and minimize loss during handling. Both vial types are crucial for improving experimental accuracy and reliability. The specifications include MRVs that hold 2-5ml and HRVs designed for 30ml, along with caps, stirrer bars, and barcoded labels to ensure comprehensive tracking and quality control. The order requests 1,000 MRVs and 500 HRVs, with delivery expected within eight weeks to the specified address at NCATS/NIH in Rockville, MD. This procurement aligns with the overarching goals of the program to support efficient laboratory workflows and achieve high-quality analytical results while reducing manual intervention.
Mar 27, 2025, 3:05 PM UTC
The document outlines the requirements for a representation regarding certain telecommunications and video surveillance services or equipment, specifically under the Federal Acquisition Regulation. It mandates that Offerors must affirm whether they will provide or use covered telecommunications equipment or services in their contracts, as prohibited by the John S. McCain National Defense Authorization Act of 2019. The document includes definitions of key terms, details prohibitions on contracting with entities using covered technologies, and instructions for reviewing excluded parties listed in the System for Award Management (SAM). Offerors are required to disclose information about any covered telecommunications they will provide or use, including manufacturer details and descriptions of services. This provision serves to enforce compliance and mitigate risks associated with telecommunications equipment that may pose a national security threat in government contracts, ensuring that federal entities do not engage in agreements that involve such restricted services and technologies.
Mar 27, 2025, 3:05 PM UTC
The document outlines the "Covered Telecommunications Equipment or Services-Representation" provision, which requires offerors participating in federal contracts to disclose their use of "covered telecommunications equipment or services" as defined in an associated clause. Offerors must conduct a reasonable inquiry to determine whether they provide or use such prohibited equipment or services. They are also mandated to check the System for Award Management (SAM) for entities excluded from federal awards related to these services. The representation requires the offeror to certify whether they do or do not use covered telecommunications equipment or services in relation to their contract performance. The certification must include the name and signature of an authorized individual from the organization, thus providing accountability and compliance with federal regulations aimed at ensuring security and integrity in contracting processes. This provision highlights the federal government's focus on mitigating risks associated with telecommunications and video surveillance technologies.
Mar 27, 2025, 3:05 PM UTC
The document outlines the contractual terms and conditions required to implement statutes or executive orders for federal acquisitions of commercial products and services as per FAR 52.212-5, updated January 2025. It details several Federal Acquisition Regulation (FAR) clauses incorporated by reference, which cover various legal requirements, including ethics, subcontractor restrictions, and labor standards. Key provisions include obligations related to whistleblower protections, reporting executive compensation, service contract reporting, and prohibitions against contracting with certain foreign entities. The contractor must comply with clauses pertaining to small business utilization, labor standards, and sustainable procurement. Additionally, it includes requirements for maintaining records for a specific duration to facilitate government audits and reviews. These stipulations ensure compliance with federal laws while supporting small businesses and promoting fair labor practices. The document serves as a critical guide for contractors working with the federal government, emphasizing regulations that protect workers and ethical business operations.
Mar 27, 2025, 3:05 PM UTC
The document is an addendum to FAR 52.212-4, outlining the terms and conditions for commercial items contracts involving the U.S. Government. It establishes an order of precedence for resolving inconsistencies within contracts, emphasizing that various components, such as the schedule of supplies and commercial supplier agreements, are prioritized in the event of a conflict. The addendum defines commercial supplier agreements and sets forth specific conditions applicable when these agreements are utilized. Key provisions include the binding nature of these agreements, requirements for compliance with federal law, stipulations around continued performance, restrictions on unilateral changes, limitations on renewals, and guidelines for audits and indemnifications. The document also establishes that taxes are subject to specific determinations by Contracting Officers, and addresses the treatment of confidential information within agreements. This addendum aims to clarify the legal framework surrounding agreements made by government entities, ensuring adherence to federal guidelines during procurement processes.
Mar 27, 2025, 3:05 PM UTC
This document outlines the updated invoice and payment provisions for contractors dealing with the federal government, specifically under the National Institutes of Health (NIH) guidelines. It emphasizes the requirement for proper invoicing, which includes specific details such as contractor identification, remittance addresses, invoice number, and descriptions that match the contract's terms. Payment timelines are stipulated, indicating that payments are due no later than 30 days after receipt of a proper invoice or government acceptance of services. Additionally, interest penalties for late payments are described along with provisions for accelerated payments to small business subcontractors. The document mandates electronic submission of payment requests through the Department of Treasury’s Invoice Processing Platform (IPP), with exceptions allowed only under specific conditions. Overall, this guideline aims to ensure timely and accurate payment processing while supporting small businesses, consistent with federal contracting practices and compliance.
Mar 25, 2025, 10:06 PM UTC
The government file outlines the procurement needs for Microwave Reaction Vials (MRVs) and High Recovery Vials (HRVs) under the ASPIRE program. The purpose of acquiring MRVs is to enhance laboratory efficiency by facilitating controlled heating for accelerated chemical reactions while maintaining safety. These vials will help reduce energy consumption and improve the reliability of experimental outcomes. HRVs, designed to minimize sample loss and contamination, aim to preserve the integrity of valuable samples and improve measurement accuracy. The purchase specifications include quantities of MRVs (1000 units) and HRVs (500 units), alongside required features such as caps, stirrer bars, tared weights, and barcoding for traceability. The delivery timeframe is set for eight weeks following the purchase order. The overall goal of this acquisition is to streamline laboratory workflows and enhance analytical processes while ensuring consistent, high-quality results in research and experimentation.
Mar 27, 2025, 3:05 PM UTC
The National Institute on Drug Abuse (NIDA) is issuing a non-competitive Combined Synopsis/Solicitation for the acquisition of Microwave Synthesis Vials (MRVs) and Low Volume Recovery Vials (HRVs). The solicitation, number 75N95025Q00151, is being conducted under simplified acquisition procedures and is intended for negotiation with TWD TradeWinds, Inc., based in Wisconsin. The rationale for this sole source procurement lies in the facility's specific alarm monitoring system and the need to avoid potential damage to on-site samples, which would impact valuable scientific data. The MRVs are designed for intense microwave-assisted reactions, allowing for efficient chemical reactions, while the HRVs minimize sample loss in handling and storage, crucial for analytical processes. The estimated delivery time for these items is eight weeks after award. Evaluation criteria will prioritize technical capabilities and past performance, with price considered secondary. Responses to the request must be submitted electronically by April 3, 2025. This acquisition underscores NIDA’s intent to procure specialized laboratory equipment essential for its ongoing research activities while ensuring safety and data integrity.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
Gore Medical branded stents (Brand Name restriction)
Buyer not available
The Department of Health and Human Services, National Institutes of Health seeks to procure specific medical devices for use in interventional radiology procedures. These are brand-restricted items, with the National Institute of Health specifying Gore Medical branded stents. The scope of work involves supplying several variants of two medical devices: Viatorr Tips Endo CX and Viabahn BX Balloon Expander Endo. The Viatorr Tips are measured in millimeters and vary in length, while the Viabahn BX Balloon Expanders are used in catheterization procedures. The medical devices are intended for minimally invasive procedures. The bill of materials provided outlines the exact models and quantities sought. Offerors must provide the following: 1 unit of Model PTB8105275, ID 00733132635016 - 8-10mmX5cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8107275, ID 00733132635030 - 8-10mmX7cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8108275, ID 00733132635047 - 8-10mmX8cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model BXB083901A, ID 00733132658718 - 8MMX39MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO 1 unit of Model BXB085901A, ID 00733132658732 - 8MMX59MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO Eligible applicants should be well-established surgical and medical instrument manufacturers (NAICS code 339112) with the ability to deliver the specified devices promptly. The evaluation of quotes will consider technical capability, price, and past performance. Quotes should be submitted to Lu Chang at lu-chang.lu@nih.gov by 5:00 PM EST on 08/01/2024, including the RFQ number (RFQ-CC-24-010258) in the subject line. Further inquiries can be directed to the same email address. This opportunity is a combined synopsis and solicitation issued under FAR Subpart 12.6. The resulting contract will be a firm fixed-price order.
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.
Advanced Instruments, LLC Osmo Pro Max.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a fixed-price sole source purchase order to Advanced Instruments, LLC for the procurement of an Osmo Pro Max automated osmometer and associated services. This acquisition is essential for the Department of Laboratory Medicine, which requires the osmometer for conducting osmolality testing on various body fluids, a critical diagnostic tool for evaluating patients' water balance and monitoring treatment efficacy. The procurement process is being conducted under FAR Part 13, allowing for a sole source acquisition due to the specific compatibility and quality assurance requirements already established with Advanced Instruments. Interested parties capable of providing similar products may submit a capability statement by April 24, 2025, to Emeka Onyejekwe at emeka.onyejekwe@nih.gov.
NOTICE OF INTENT SOLE SOURCE AWARD
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 Hamamatsu for the procurement of a Photosensor Module with PMT and Power supply. This contract is not open for competitive proposals; however, potential suppliers who believe they can meet the requirements are encouraged to submit a capability package detailing their offerings. The goods are critical for laboratory applications, aligning with the NIH's mission to advance health research. Interested parties must submit their capability packages to Ms. Van Holley at holleyv@od.nih.gov by 9:00 AM ET on April 15, 2025, and must be registered with the System for Award Management (SAM).
Notice of Intent to Sole Source – Thermo Eberline
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 Thermo Eberline for the provision of services and maintenance for existing radiation detection equipment at the NIH Clinical Center in Bethesda, Maryland. The procurement involves maintenance for three Thermo Eberline FHT 3511 PET Stack Monitors and one FHT-59 PING radiation detector, which are critical for monitoring exhaust emissions from several facilities. This acquisition is being conducted under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the unique capabilities of Thermo Eberline as the only manufacturer of the required equipment. Interested parties may express their interest and capabilities to Kristin Nagashima at kristin.nagashima@nih.gov by April 17, 2025, at 12 PM EST.
6640--BD MAX REAGENTS STL
Buyer not available
The Department of Veterans Affairs is seeking proposals for a Blanket Purchase Agreement (BPA) for BD MAX reagents and related supplies necessary for molecular testing on BD MAX instruments. The procurement is set aside entirely for small businesses and aims to ensure the availability of high-quality reagents and supplies that are compatible with BD MAX instruments, which are critical for the detection and extraction of nucleic acids. The BPA will cover one base year from May 1, 2025, to April 30, 2026, with three additional one-year ordering periods, and interested vendors must submit their proposals by April 14, 2025. For further inquiries, potential contractors can contact Contract Specialist Michael P. Murphy at michael.murphy7@va.gov or by phone at 913-946-1963.
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).
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.
6550--BD MGIT Mycobacterium
Buyer not available
The Department of Veterans Affairs (VA) intends to establish a Blanket Purchase Agreement (BPA) for the BD Bactec MGIT 960 Mycobacterial Detections System, which is crucial for automated Tuberculosis testing across various VISN 1 facilities. This procurement encompasses a five-year agreement that includes the provision of necessary instrumentation, supplies, reagents, maintenance services, and training for VA personnel, ensuring uninterrupted laboratory operations and compliance with regulatory standards. The selected contractor will be responsible for delivering FDA-approved equipment capable of efficiently processing Mycobacterium tuberculosis samples while maintaining stringent security and operational standards. Interested vendors must submit their responses to Contract Specialist Sarah Otis at Sarah.Otis@va.gov by April 25, 2025, as this is a sole source procurement with no solicitation currently available.