BD BIOSCIENCES BRAND NAME - Conjugated antibodies
ID: RFQ-NIAID-25-2258428Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Biological Product (except Diagnostic) Manufacturing (325414)

PSC

DRUGS AND BIOLOGICALS (6505)
Timeline
    Description

    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 the procurement of BD Biosciences brand conjugated antibodies. This acquisition is conducted under Simplified Acquisition Procedures and aims to fulfill a requirement for specific laboratory and research materials essential for biological research applications. The items listed in the attached Bill of Materials (BOM) are critical for immunology and related fields, supporting governmental research activities in health and biological sciences. Interested vendors must submit their quotations by March 28, 2025, at 4:00 PM EST, to Diana Rohlman via email at diana.rohlman@nih.gov, ensuring compliance with all applicable FAR provisions and clauses.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the contract terms and conditions for federal contracts involving commercial products and services, specifically focusing on compliance with various Federal Acquisition Regulation (FAR) clauses. It highlights essential clauses the contractor must adhere to in order to implement legal provisions or executive orders, detailing key obligations like prohibitions on contracting with certain foreign entities, ensuring the protection of whistleblower rights, and establishing payment frameworks for small business subcontractors. The structure comprises an introduction specifying the clause insertion, followed by several subsections categorizing specific FAR clauses, classified into required compliance and optional provisions with a contracting officer's specification. In particular, the document emphasizes the necessity of ethical practices, labor standards, and environmental considerations, detailing reporting requirements as well as workers' rights. This RFP serves as a guideline for compliance in federal procurements, illustrating the government's commitment to ethical contracting, small business support, labor rights, and maintaining national security standards for contracting processes. The comprehensive detailing of clauses constitutes an essential framework for contractors in managing their responsibilities effectively within government contracts.
    This government file details a catalog of various laboratory and research materials, primarily antibodies and related reagents produced by BD Biosciences. Each item listed includes a unique catalog number, unit size, description, quantity, and manufacturer, indicating that the items are primarily intended for biological research applications. The products range from antibodies for various human and mouse cell markers to biochemical stains and cell culture media, underscoring the focus on immunology and related fields. The unit sizes vary but mostly consist of single-use quantities for specific tests, reflecting the needs of federal, state, and local research facilities. This comprehensive catalog reflects a clear supply chain for essential research materials important for supporting governmental research activities, particularly in health and biological sciences, while ensuring compliance with procurement processes for federal grants and RFPs.
    The document outlines the Vendor Representation required by the Federal Acquisition Regulation (FAR) regarding covered telecommunications equipment or services. It specifies that offerors must complete a representation indicating whether they provide such equipment or services in their contracts with the government. Key terms, including "covered telecommunications equipment or services" and "reasonable inquiry," are defined in reference to another related regulation, FAR clause 52.204-25. Offerors are instructed to check the System for Award Management (SAM) for any parties excluded from federal awards. They are required to certify their findings regarding the provision and use of covered telecommunications equipment. The document concludes with a certification section for an authorized individual to confirm the representations. Overall, it emphasizes the government's commitment to ensuring that federal contracts do not involve prohibited telecommunications services or equipment, aligning with broader regulatory efforts to enhance security and accountability in government procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    All Sites Primary Barrier Equipment and Decontamination Services
    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 firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    FlowJo - Flow Cytometry Analysis Software Justification
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure 180 site licenses for Flow Cytometry Analysis Software (FlowJo) to support research initiatives at the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS). This software is critical for analyzing flow cytometry data, which is essential in various biomedical research applications. Interested vendors can reach out to Derek Bowks at derek.bowks@nih.gov or by phone at 301-594-7712 for further details regarding this procurement opportunity.
    Distribution of Biorad Bioplex Reagents and Consumables for Laboratory Tests.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking a qualified contractor for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the distribution of BioRad BioPlex reagents and consumables for laboratory tests at the Seattle VA Medical Center. The contractor will be responsible for supplying FDA-approved equipment, reagents, controls, calibrators, and all necessary consumables, along with installation, validation, technical support, preventative maintenance, and staff training, ensuring compliance with specific performance requirements such as rapid analysis and automated calibration. This procurement is critical for enhancing patient care through immunoassays that diagnose various health conditions, including infectious diseases and autoimmune disorders. Quotes are due by December 19, 2025, at 17:00 Pacific Time, and interested parties can contact Hector Gonzalez at hector.gonzalez1@va.gov or by phone at 360-553-7632 for further information.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Leica Microsystems equipment utilized by the Division of Intramural Research (DIR). This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory instruments and equipment, which are essential for ongoing research activities. The maintenance services will be performed in Rockville, Maryland, and interested vendors can reach out to Hershea Vance at hershea.vance@nih.gov or 301-761-6404, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details. The opportunity is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    MasterControl Software-as-a-Service for Electronic Quality Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure MasterControl Software-as-a-Service (SaaS) for its Electronic Quality Management System (eQMS) to support the Clinical Quality Management System (CQMS) at the National Institute of Allergy and Infectious Diseases (NIAID). This procurement is intended to ensure compliance with federal and international regulations by managing controlled documents and quality processes related to clinical trials sponsored by NIAID. The MasterControl software has been utilized since 2019 and is critical for managing documentation, training, and regulatory audits, with a contract period of performance from January 1, 2026, to December 31, 2026. Interested vendors may submit their capabilities statements to Linda Smith at linda.smith2@nih.gov within 10 days of this notice, as the government intends to award a sole source contract based on the unique capabilities of MasterControl Solutions.
    Notice of Intent to Sole Source – Life Technologies Corp.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Life Technologies Corporation for the procurement of reagents and consumables necessary for operating Life Technologies instruments at the NIH Clinical Center's Department of Laboratory Medicine. This acquisition is critical as the reagents have been validated for specific assays, including BCR-ABL fusion, cKIT mutation, and JAK2 mutation assays, ensuring consistency in patient testing and avoiding potential delays in patient care that could arise from switching vendors. Interested parties may express their interest and capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov, with comments due by December 17, 2025, at 12 PM EST.