Service Contract for Cytation 5 Imagers
ID: 75N95024Q00235Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    Service Contract for Cytation 5 Imagers

    The Department of Health and Human Services, Department of, National Institutes of Health, National Institutes of Health NIDA, has issued a Combined Synopsis/Solicitation notice for a service contract for Cytation 5 Imagers. This contract is being awarded to Agilent Technologies for the purchase of service contracts for two Cytation 5 Imagers. The purpose of these imagers is to provide maintenance and repair services for essential instruments used by the National Institute on Drug Abuse (NIDA). Agilent Technologies is the sole manufacturer of these imagers and their trained service engineers are required to ensure proper repairs and maintain any associated warranties. The contract is expected to be awarded on 4/25/2024. The place of performance is the National Institute on Aging (NIA) in Baltimore, MD. The period of performance is from May 18, 2024, to May 14, 2027. Offerors must submit their responses by April 12, 2024, 9:00 am, Eastern Standard Time. The primary contact for this solicitation is Kevin Alvarez, Contracting Officer, kevin.alvarez@nih.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SERVICE AGREEMENT FOR EAGLE 4K CAMERA AND TEM MICROSCOPE
    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), intends to negotiate a service agreement for a Transmission Electron Microscope (TEM) and an Eagle 4K HR 200kV Camera with FEI Company. This procurement aims to secure a premium service contract that will ensure the maintenance and operational efficiency of these critical instruments, which collectively hold a value exceeding three million dollars. The service agreement is essential for minimizing downtime and providing access to expert technicians trained specifically for these devices, thereby safeguarding the integrity of ongoing biodefense research initiatives. Interested vendors capable of providing comparable services are invited to submit a capabilities statement via the NIAID electronic Simplified Acquisition Submission System (eSASS) by 12:00 PM EST on May 1, 2025, with further details available through the provided contact information.
    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.
    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.
    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.
    Signatures of aging outcomes
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to perform comprehensive immunohistochemistry analysis of 2,184 mice tissue samples as part of a project aimed at building proteomic signatures of aging outcomes. The contractor will be responsible for a full histological analysis, including tasks such as tissue trimming, cassette preparation, paraffin embedding, sectioning, staining, and imaging, with deliverables due within one year from the date of award. This procurement is critical for advancing the understanding of aging through rigorous scientific analysis, and the anticipated contract will be awarded as a firm fixed-price purchase order. Interested parties must submit their proposals by April 22, 2025, at 3:00 PM Eastern Daylight Time, to Rashiid Cummins at Rashiid.Cummins@nih.gov.
    monitoring and alarm services for the sample storage equipment
    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), intends to negotiate a sole source contract with Rees Scientific Corporation for ongoing monitoring and alarm services for sample storage equipment at the NIAID Integrated Research Facility in Frederick, Maryland. The procurement aims to ensure continuous monitoring of critical laboratory freezers, refrigerators, and incubation chambers that maintain the integrity of select agent samples and other research materials, which are vital for studying emerging infectious diseases. This contract will cover essential services including parts replacements, software and hardware support, and calibration services for the proprietary Rees monitoring system, which is crucial for maintaining operational safety and compliance in biosafety level laboratories. Interested vendors may submit capability statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by April 22, 2025, at 5:00 PM ET, with all submissions requiring prior registration in the eSASS system.
    Preventative Maintenance Agreement
    Buyer not available
    Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
    J065--Base YR (09/01/2025 - 08/31/2025) + 4 OYs Leica Laboratory Equipment Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract with Leica Microsystems, Inc. for the maintenance and emergency repairs of Leica BONDMAX slide stainers and IPC histology slide printers at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. This contract will cover a base year from September 1, 2025, to August 31, 2026, with four optional years, and is justified under the authority of 41 U.S.C. 1901, as only the OEM can meet the specific service requirements. The procurement emphasizes the necessity for new, authorized equipment and prohibits gray market or counterfeit items, ensuring that all services are performed by OEM-certified technicians. Interested vendors must submit capability statements, including proof of OEM authorization and technician certification, by April 23, 2025, to Eileen Meyer at eileen.meyer@va.gov.
    Advanced Instruments, LLC Osmo Pro Max.
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a fixed-price sole source purchase order to Advanced Instruments, LLC for the procurement of an Osmo Pro Max automated osmometer and associated services. This acquisition is essential for the Department of Laboratory Medicine, which requires the osmometer for conducting osmolality testing on various body fluids, a critical diagnostic tool for evaluating patients' water balance and monitoring treatment efficacy. The procurement process is being conducted under FAR Part 13, allowing for a sole source acquisition due to the specific compatibility and quality assurance requirements already established with Advanced Instruments. Interested parties capable of providing similar products may submit a capability statement by April 24, 2025, to Emeka Onyejekwe at emeka.onyejekwe@nih.gov.