Detection of global proteins and mRNA in postnatal heart targeted AdCy8 overexpression mouse strain
ID: 75N95024R00109Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIAROCKVILLE, MD, 20852, USA

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Health and Human Services, National Institutes of Health seeks proposals for a firm fixed-price contract for commercial services related to proteomics and mRNA sequencing analysis. The 6-month project focuses on detecting global proteins and mRNA in postnatal heart tissue samples from a specific mouse strain.

    The agency requires assistance in analyzing protein expression and mRNA signals to better understand their roles in cardiac cell survival and regeneration. Offerors should possess expertise in immunoprecipitation and mass spectrometry methods for a timely delivery of comprehensive analysis.

    This is a combined synopsis and solicitation for commercial services, incorporating FAR and HHSAR clauses on topics such as telecommunications equipment, equal employment opportunities, and system awards. Offerors must provide certifications and representations regarding telecommunications equipment, labor standards, and commercial product offerings.

    The contract, anticipated to be awarded based on technical merit and price, requires a response by 4:00 p.m. on August 23, 2024, to Procuring Contract Officer Eric McKay.

    Point(s) of Contact
    Files
    Title
    Posted
    The government agency seeks a contractor to assist in a 6-month research project aimed at detecting global proteins and mRNA in a specific mouse strain. The purpose is to analyze protein expression and mRNA signals to understand their roles in heart cell survival and renewal. The agency will provide the necessary mouse tissue samples, and the contractor is tasked with developing methods for immunoprecipitation and mass spectrometry analysis. They must deliver comprehensive global proteomics and mRNA sequencing analysis, providing quantitative and qualitative results within a 90-day window. The agency emphasizes data ownership and has no requirements for travel or key personnel.
    The file concerns a mandate from the John S. McCain National Defense Authorization Act, prohibiting the use of certain telecommunications equipment or services in government contracts. The provision explicitly defines these prohibited items, clarifies the procurement guidelines, and mandates representations and certifications from offerors. Companies bidding on the contract must provide detailed information on their telecommunications equipment and services, ensuring compliance with the new restrictions. This certification process aims to ensure that contractors do not inadvertently use or provide equipment or services that are banned under Section 889 of the Act.
    The file pertains to the procurement process's requirement for Offerors to provide a representation regarding their compliance with specific telecommunications equipment and services provisions. Offerors must declare that they neither supply 'covered telecommunications equipment or services' nor use them in their operations. This representation is crucial, ensuring that contractors adhere to federal guidelines on the matter. The representation is binding and requires authorization from a responsible individual within the organization.
    The file outlines mandatory clauses that must be included in contracts for commercial products and services procured by the government. It encapsulates a comprehensive range of legal requirements, encompassing topics such as whistleblower protections, ethical standards, labor laws, and procurement procedures. These clauses aim to ensure compliance with statutory and executive mandates, spanning from cybersecurity restrictions to small business subcontracting plans. Notably, it grants the Comptroller General access for examination of pertinent contractor records. The file also specifies which clauses subcontractors must follow, emphasizing the flow-down of essential terms while allowing some flexibility for commercial subcontracts. Overall, it serves as a compendium of legal obligations integral to the procurement process for commercial goods and services, ensuring compliance, transparency, and fairness in government contracting.
    The file contains an exemption certification, mandated by the Service Contract Labor Standards statute, that certain service contracts are exempt from labor regulations. To qualify for the exemption, offerors must certify that their services meet specific criteria: they are sold regularly to non-governmental entities and the general public, priced according to established rates, performed by employees who only spend a small portion of their time on government work, and offered under consistent compensation plans. If an offeror certifies these conditions and the Contracting Officer verifies the exemption, the contract is exempt from labor regulations. However, failure to certify or meet the conditions leads to the inclusion of a labor standards clause in the contract, enforcing regulations on the offeror. This certification is a crucial step in the procurement process, as it determines the labor regulations applicable to the contract and potential exemptions.
    This file outlines the updated invoice and payment provisions for government contracts, emphasizing timely payments and contractor responsibilities. Contractors must submit detailed invoices adhering to specific requirements, including unique identification numbers and tax information. Invoices should reflect the supplies delivered and services rendered, with shipping costs reimbursed only if authorized. Payments are due within 30 days of a proper invoice's receipt or government acceptance of the work, and interest penalties are applicable if payments are delayed. To benefit small businesses, contractors must accelerate payments to their subcontractors within 15 days of receiving government payments. Additionally, contractors are encouraged to submit payment requests electronically using the Invoice Processing Platform (IPP), although exceptions can be authorized. These provisions ensure efficient processing and prompt payment while providing clarity on invoice contents and submission methods.
    Similar Opportunities
    Genomics Sequencing Services for the NIAID Centralized Sequencing Program
    Active
    Health And Human Services, Department Of
    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 seeking quotes for genomics sequencing services to support its Centralized Sequencing Program (CSP). The procurement aims to provide comprehensive whole genome sequencing, including variant interpretation and clinical reports, to enhance clinical research on infectious diseases, with results expected within four weeks of sample receipt. This initiative is critical for advancing the understanding of genetic factors in disease and improving patient care through genomic evaluations. Interested vendors must submit their quotes by 3:00 PM EST on September 13, 2024, to the primary contact, Seth Schaffer, at seth.schaffer@nih.gov, with the solicitation number RFQ-NIAID-24-2224314.
    Q--Multi-scale Phenotyping of Heart Failure in Diverse Populations.
    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 a federal contract titled "Multi-scale Phenotyping of Heart Failure in Diverse Populations." This initiative aims to explore and analyze heart failure across various demographics, focusing on the development of comprehensive phenotyping methodologies. The services required fall under the NAICS code 541990, which encompasses all other professional, scientific, and technical services, and the PSC code Q301, related to medical laboratory testing. Interested parties can reach out to Noelle Decenzo at noelle.decenzo@nih.gov or call 301-402-5571 for further details. The presolicitation notice indicates that the procurement process is underway, and potential bidders should prepare their submissions accordingly.
    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.
    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.
    Whole Body Composition Analyzer for Live Animals
    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 a Whole Body Composition Analyzer for Live Animals, identified under solicitation number 75N95024Q00567. The procurement aims to acquire an EchoMRI-100TM system, which is essential for non-invasive, high-precision measurement of body composition in live animals, facilitating research in various biomedical fields. The contract is expected to be awarded as a firm fixed-price purchase order, with a delivery timeline of 60 days after receipt of order to the NIH Biomedical Research Center in Baltimore, Maryland. Interested vendors must submit their quotations by 11:00 A.M. Eastern on September 16, 2024, to Hashim Dasti at hashim.dasti@nih.gov.
    PacBio Revio Reagents
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking procurement of PacBio Revio Reagents. This solicitation aims to acquire reagents that are critical for various analytical laboratory applications, particularly in the field of genomics and molecular biology. The goods are essential for conducting in vitro diagnostic tests, which play a significant role in research and clinical diagnostics. Interested vendors can reach out to Dorothy L. Maxwell at dorothy.maxwell@nih.gov or call 301-827-7729 for further details regarding the procurement process.
    Brand-Name or Equal Upgrade of Opera Phenix Plus with Multiple Units
    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 upgrade of the Opera Phenix Plus system, which includes multiple units aimed at enhancing laboratory capabilities. The procurement encompasses several specific items, including environmental control upgrades, liquid handling systems, and robotic live cell imaging components, all of which are critical for advancing high-content screening in scientific research. This acquisition is part of the NIH's commitment to support cutting-edge technology in laboratory environments, with a firm fixed-price purchase order anticipated to be awarded by September 12, 2024. Interested vendors must submit their quotations by 4:00 PM EDT on September 9, 2024, to the Contracting Officer, Mark McNally, at mark.mcnally@nih.gov.
    Next-Generation Sequencing (NGS) Liquid Handling 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 two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.
    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.
    DNA SEQUENCING SYSTEM MAINTENANCE SUPPORT AGREEMENTS
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for maintenance support agreements related to the Illumina MiSeq FGx DNA Sequencing System and its associated Data Analysis Server. The procurement aims to renew a Full Service Agreement and a Standard Service Agreement with Qiagen LLC, the only authorized service provider with certified engineers and OEM parts for this equipment. This maintenance support is crucial for ensuring the operational integrity and reliability of the DNA sequencing system, which plays a significant role in various scientific and research applications. Interested parties may express their interest and capability by contacting Randy E. Schroyer via email by 5:00 PM EST on September 10, 2024, as no formal solicitation package will be issued.