Acquisition of Microwave Synthesis Vials and Low Volume Recovery Vials
ID: 75N95025Q00151Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 3:00 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
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.
Bio Threat Detection Instrument
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 Safeware, Inc. for the procurement of a BioMeMe Bio Threat Detection Instrument. This new instrument is required to enhance the NIH Division of Fire and Rescue Services' capabilities by allowing simultaneous screening for 14 biological agents, replacing the outdated RAZOR Biothreat detection system that will soon be unsupported. The acquisition is critical for maintaining the NIH's FEMA Type I Hazardous Materials Unit designation and ensuring the safety of employees and visitors during biological research activities. Interested parties that believe they can fulfill the requirements must submit a capability statement by 9:00 AM (Eastern Time) on May 2, 2025, to the primary contact, Van V. Holley, at holleyv@od.nih.gov.
66--Spinsolve 80 Multi-X ULTRA
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure the Spinsolve 80 Multi-X ULTRA, an advanced analytical laboratory instrument. This presolicitation opportunity aims to acquire a sophisticated piece of laboratory equipment that is crucial for various research applications within the NIH, particularly in the field of health and human services. The procurement falls under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing, and is categorized under PSC code 6640 for Laboratory Equipment and Supplies. Interested vendors can reach out to Moses T. Amawudah at moses.amawudah@nih.gov or call +1 301 451 2111 for further details regarding this opportunity.
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.
2 Ultralow temperature freezers and one (1) centrifuge– Fisher Scientific, Inc
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 Fisher Scientific Company LLC for the procurement of two ultralow temperature freezers and one centrifuge. This equipment is essential for replacing aged laboratory equipment and will support the expanding testing needs of the Microbiology Service within the Department of Laboratory Medicine at the NIH Clinical Center in Bethesda, Maryland. The acquisition is critical for ensuring the continuity of laboratory operations and the proper storage of clinical patient specimens and test reagents. Interested parties may submit capability statements to Damien Goines at damien.goines@nih.gov by May 10, 2025, at 9:00 AM (EST).
Maintenance and Repair Service for an Automated Liquid Handling System
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for a Hamilton Microlab VANTAGE 1.3 Automated Liquid Handling System, which is crucial for ongoing research on neurodegenerative diseases at the National Institute on Aging. The contract will cover preventative maintenance, repairs, and software updates to ensure the system's optimal functionality, with a performance period from June 17, 2025, to June 16, 2029, including options for extensions. This system plays a vital role in supporting research efforts related to Alzheimer's disease and related dementias, underscoring the importance of reliable maintenance services. Interested vendors must submit their quotations by May 1, 2025, at 9:00 AM EDT, and can direct inquiries to Rashiid Cummins at rashiid.cummins@nih.gov.
MSD TOTAL SERVICE PACKAGE SILVER FOR CCD CAMERA
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract with Meso Scale Diagnostics for a Total Service Package Silver for a CCD Camera. This procurement aims to support the Vaccine Research Center's efforts in developing monoclonal antibodies and vaccines for infectious diseases, including COVID-19, by utilizing a highly sensitive electrochemiluminescent (ECL) assay system for antibody detection. The urgency of this requirement is underscored by the ongoing threat of COVID-19 variants, making the timely provision of these services critical. Interested vendors must submit their capabilities statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by May 1, 2025, at 12:00 PM EST, with further details available through the provided contact information: Maliaka Pinkney at maliaka.pinkney@nih.gov or Jesse Weidow at weidowjd@niaid.nih.gov.
Stereotaxic equipment and Components
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 David Kopf Instruments for the provision of stereotaxic equipment, components, and customer support services. This procurement is essential for conducting stereotaxic surgeries in animal studies aimed at understanding visual system plasticity during stroke recovery and its implications for vision-related disorders. The contract is set aside for small businesses, with a focus on ensuring that the specialized equipment meets the unique requirements of the NIH's research objectives. Interested parties who believe they can fulfill these requirements are invited to submit a capability package to Ms. Van Holley at holleyv@od.nih.gov by 9:00 AM ET on April 29, 2025, as oral communications will not be accepted.
FINIA 2.0 Fill Finish Equipment – Terumo BCT, Inc
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 Terumo BCT, Inc. for the procurement of one FINIA 2.0 Fill Finish Equipment unit. This equipment is critical for the preparation and cryopreservation of cellular therapy doses, addressing risks associated with manual processes that could lead to inadequate dosing and severe side effects. The FINIA 2.0 device is uniquely designed to handle volumes from 2 mL to 100 mL while complying with current Good Manufacturing Practices (cGMP), making it essential for the NIH's new Center for Cellular Engineering facilities in Bethesda, Maryland. Interested parties may submit capability statements to Damien Goines at damien.goines@nih.gov by May 5, 2025, at 9:00 AM (EST).
MAINTENANCE AGREEMENT FOR MULTIPLE AUTOCLAVES AND OTHER EQUIPMENT
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for a maintenance agreement covering multiple autoclaves and related equipment at its facility in Gaithersburg, Maryland. The contract, identified as RFQ-NIAID-25-2259706, requires the selected vendor to provide four preventive maintenance inspections annually, quarterly filter replacements for the autoclaves, and emergency service visits within 12 hours of a request. This maintenance is crucial for ensuring the operational readiness and safety of critical laboratory equipment used in medical research. Interested small businesses must submit their quotes by May 3, 2025, at 2:00 p.m. EST, and can direct inquiries to Kelly Lowe at kelly.lowe@nih.gov.