BioFire ® FilmArray ® Torch System extended warranty service
ID: NIH-CC-OPC-25-005576Type: Presolicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 4:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to BioFire Defense, LLC for the extended warranty service of the BioFire® FilmArray® Torch System and associated modules. This procurement aims to secure a Firm-Fixed price purchase order for warranty services essential for the operation of clinical patient care testing equipment used by the Microbiology Service in the Department of Laboratory Medicine. The BioFire® system is critical for the rapid detection of infectious agents, thereby facilitating timely patient treatment, and BioFire Defense is the only vendor capable of providing the necessary warranty for this specialized equipment. Interested vendors may submit capability statements to the primary contact, Kimala Winfield, at kimala.winfield@nih.gov, by the specified deadline, as this opportunity is not open for competitive quotations.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
SPT Labtech Service Contract
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source service contract to SPT Labtech Limited for the maintenance of liquid handling systems used in immunobiology research. The contract will support the B Cell Analytic group of the Vaccine Immunology Program, which relies on SPT Labtech's Firefly and Dragonfly systems to analyze immune responses in clinical evaluations related to HIV vaccines. This procurement is critical for ensuring data integrity and continuity in research, as SPT Labtech is the only vendor capable of providing the necessary services for these specialized instruments. Interested vendors may submit their capabilities statements to Seth Schaffer at seth.schaffer@nih.gov within 15 days of this notice, with the contract expected to be awarded within 20 days. The period of performance spans from May 27, 2025, to May 26, 2028, with the place of performance located in Gaithersburg, Maryland.
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).
AB Assurance Service Contract
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole source contract to Life Technologies Corporation for a preventative maintenance service contract known as the "AB Assurance Plan" for two flow cytometry machines. This contract includes one maintenance visit at no charge, remedial repairs, priority technical support, and remote monitoring services, ensuring the optimal performance of the Cytkick autosampler and Attune NxT 4 laser Flow Cytometer. The total estimated funding for the initial year is approximately $18,667.53, with the contract period spanning from June 17, 2025, to June 16, 2026, and includes four option years. Interested parties may submit capability statements to the primary contact, Shamai Carter, at shamai.m.carter.civ@health.mil, or to the secondary contact, Deborah Sharpe, at deborah.m.sharpe2.civ@health.mil.
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.
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).
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
12-Month maintenance agreement for Qtrap Mass Spectrometers
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), is seeking to establish a 12-month maintenance agreement for Qtrap Mass Spectrometers with AB Sciex LLC. The procurement requires telephone technical support to be available within four hours and prioritized repair services within 48 hours, along with annual periodic maintenance for various laboratory equipment models. This maintenance agreement is critical for ensuring the operational efficiency and reliability of essential scientific instruments used in research. Interested parties must submit capability statements by April 29, 2025, to be considered, and all submissions should be made via the NIAID electronic Simplified Acquisition Submission System (eSASS) at HTTPS://ESASS.NIH.GOV. For further inquiries, potential vendors can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.
HemaComply Software Maintenance and Support Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a firm-fixed-price contract for HemaComply Software Maintenance and Support Services on a sole-source basis to Hema Terra Technologies LLC. The contract aims to provide ongoing maintenance and support for HemaComply software applications, which are critical for ensuring compliance with FDA regulations in blood donor operations and managing electronic records for NIH patients and blood donors. This software is essential for the Department of Transfusion Medicine's operations, which include the collection of blood and blood components for biomedical research and patient treatment. Interested parties are invited to submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 30, 2025, at 6:30 AM EST, as this is not a request for quotation and no solicitation will be issued.
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.
Notice of Intent - Sole Source Contract for Qiagen CLC Genomics WB Premium Network Software license
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the CLC Genomics WB Premium Network Software license. This procurement aims to secure a web-based research platform for DNA and RNA analysis, which is critical for the research conducted at the Walter Reed Army Institute of Research. The contract will include a one-year base license period with four optional one-year extensions, and Qiagen LLC is identified as the only source capable of providing this software. Interested parties must submit their responses by the deadline of 15 days from the notice publication, and inquiries can be directed to Mr. Keith C. Crum at keith.c.crum.civ@health.mil.