In-VitroCell NU-5710 Direct Heat CO2 Incubator
ID: 75N96024Q000083Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH National Institute of Enviromental Health SciencesResearch Triangle Park, NC, 27709, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Jul 10, 2024, 12:00 AM UTC
  2. 2
    Updated Jul 10, 2024, 12:00 AM UTC
  3. 3
    Due Jul 25, 2025, 9:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Jul 10, 2024, 6:37 PM UTC
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Incubators for Lab Department
Buyer not available
The Indian Health Service, specifically the Navajo Area Indian Health Service, is seeking quotes for the procurement of an Air Jacketed CO2 Incubator for the Northern Navajo Medical Center located in Shiprock, New Mexico. This requirement falls under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing, and is designated as an Indian Small Business Economic Enterprise (ISBEE) set-aside. The incubator is crucial for laboratory operations, ensuring optimal conditions for biological samples and research. Interested vendors must submit their quotes by May 1, 2025, following the issuance of the Request for Quotations on or by April 24, 2025. For further inquiries, potential bidders can contact Arlynda Largo at 505-287-1646 or via email at Arlynda.largo@ihs.gov.
Notice of Intent to Sole Source BioStorageBot Incubator and Accessories
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Advanced Solutions Life Sciences, LLC for the procurement of a BioStorageBot incubator and associated accessories. This acquisition aims to enhance the capabilities of an existing BioAssemblyBot 6-axis bioprinter, which is crucial for advancing military medicine and public health training. Advanced Solutions Life Sciences, LLC is recognized as the only vendor capable of providing the necessary equipment compatible with USU's current systems, although other vendors are invited to submit proposals if they can demonstrate competitive advantages. For further inquiries, interested parties may contact Christopher White at christopher.white@usuhs.edu.
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).
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.
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 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.
6515--Notice of Intent to Sole Source - ViewPoint Upgrades & Additional Sensors
Buyer not available
The Department of Veterans Affairs intends to issue a Sole Source procurement for upgrades to the Mesalab ViewPoint Continuous Environmental Monitoring software and additional sensors, specifically targeting all VA Medical Centers within the VISN 23 network. This initiative aims to replace outdated GEN3 Environmental Monitoring hardware with GEN4 systems and acquire additional temperature and humidity sensors to ensure compliance with VHA directives regarding medication and supply management. The selected vendor, EIO Inc. (dba Medical Resources), is deemed the only source capable of fulfilling these unique requirements, which are critical for maintaining safe and regulated environments in healthcare operations. Interested parties may express their interest and capability by submitting responses to Contract Specialist Dennis Salmonsen at dennis.salmonsen@va.gov by May 5, 2025, at 5:00 p.m. Mountain Time.
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).
IDIQ for the purchase of human induced pluripotent stem cell-derived cells
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking to award a sole-source contract for the procurement of human induced pluripotent stem cell-derived cells from Fujifilm Cellular Dynamics. This acquisition aims to support a research program focused on microphysiological systems (MPS), which are critical for advanced in-vitro models used in drug safety and efficacy assessments. The cells, including cardiomyocytes, neurons, astrocytes, and hepatocytes, will be cryopreserved and utilized by FDA scientists at the Center for Drug Evaluation and Research, ensuring continuity in ongoing projects due to the established partnership with Fujifilm. Interested vendors may submit capability statements within 15 days of the notice, with the response deadline set for 10 AM EST on May 2, 2025; inquiries should be directed to Telisha Wilson at telisha.wilson@fda.hhs.gov.