Acquisition of Intravenous Stable Isotopes
ID: 75N94024Q00264Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NICHDBETHESDA, MD, 20817, 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), is seeking to acquire intravenous stable isotopes, namely 6,6 D2-glucose and D5 glycerol, for metabolic research purposes. This procurement is classified under NAICS code 325414 and is intended for a non-competitive contract with Pine Pharmaceuticals LLC, justified by the agency's determination that only this source can meet its specific needs. The isotopes are crucial for clinical studies, and the contract period is set from September 16, 2024, to September 15, 2025, with an estimated value below $250,000. Interested parties can reach out to Amber Harris at amber.harris@nih.gov for further inquiries regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a pre-solicitation notice for a non-competitive contract intended to award Pine Pharmaceuticals LLC for the acquisition of intravenous stable isotopes, specifically 6,6 D2-glucose and D5 glycerol, for metabolic research at the National Institutes of Health (NIH). Classified under NAICS code 325414, this procurement follows FAR subpart 13, with an estimated value below $250,000. The contract period spans from September 16, 2024, to September 15, 2025, with specific delivery and quality requirements established by the NIH. This acquisition is justified under the statutory authority that only one responsible source can meet the agency's needs, supported by prior approvals and audits of Pine Pharmaceuticals. The document emphasizes that these isotopes are vital for clinical studies and outlines the need for specific raw materials from approved suppliers. Responses to the notice are invited from other interested parties, indicating a limited interest but no expectation of competition. Overall, the summary effectively captures the essence of the contract's objectives, requirements for the isotopes, and the rationale for selecting Pine Pharmaceuticals, maintaining a non-competitive procurement structure.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Notice of Intent - Ortho Clinical Reagents and Supplies
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) intends to award a fixed-price contract for Ortho Clinical reagents and supplies, specifically for the Department of Transfusion Medicine at the NIH Clinical Center in Bethesda, Maryland. This procurement aims to secure essential analyzer supplies and reagents that are critical for ensuring the safety and effectiveness of blood products used in transfusion therapy, which must meet specific compatibility requirements for patient treatment. The selected supplier, Ortho-Clinical Diagnostics, Inc., is the sole source for these unique reagents, which have undergone extensive validation studies and are necessary for compatibility testing of both patients and blood donors. Interested parties capable of providing similar products may submit a capability statement by September 22, 2024, to Sheri Eiri at sheri.eiri@nih.gov, as the contract is contingent upon the availability of FY2025 funding.
    Gore Medical branded stents (Brand Name restriction)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, National Institutes of Health seeks to procure specific medical devices for use in interventional radiology procedures. These are brand-restricted items, with the National Institute of Health specifying Gore Medical branded stents. The scope of work involves supplying several variants of two medical devices: Viatorr Tips Endo CX and Viabahn BX Balloon Expander Endo. The Viatorr Tips are measured in millimeters and vary in length, while the Viabahn BX Balloon Expanders are used in catheterization procedures. The medical devices are intended for minimally invasive procedures. The bill of materials provided outlines the exact models and quantities sought. Offerors must provide the following: 1 unit of Model PTB8105275, ID 00733132635016 - 8-10mmX5cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8107275, ID 00733132635030 - 8-10mmX7cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8108275, ID 00733132635047 - 8-10mmX8cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model BXB083901A, ID 00733132658718 - 8MMX39MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO 1 unit of Model BXB085901A, ID 00733132658732 - 8MMX59MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO Eligible applicants should be well-established surgical and medical instrument manufacturers (NAICS code 339112) with the ability to deliver the specified devices promptly. The evaluation of quotes will consider technical capability, price, and past performance. Quotes should be submitted to Lu Chang at lu-chang.lu@nih.gov by 5:00 PM EST on 08/01/2024, including the RFQ number (RFQ-CC-24-010258) in the subject line. Further inquiries can be directed to the same email address. This opportunity is a combined synopsis and solicitation issued under FAR Subpart 12.6. The resulting contract will be a firm fixed-price order.
    Pegfilgrastim with VMI
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking proposals for the procurement of Pegfilgrastim 6MG/.06ML (inj, soln, syr, or autoinjector) along with vendor-managed inventory (VMI) services to support national preparedness against public health emergencies. The contract will span five years, including a one-year base period and four optional ordering periods, with an initial quantity of 18,300 units projected to increase based on public health needs. This procurement is critical for maintaining robust health security capabilities and ensuring efficient supply chain management for essential pharmaceuticals. Interested contractors should direct inquiries to LaMonica Norwood at OSContracting@hhs.gov, with proposals due by the specified deadlines outlined in the RFP documentation.
    Service/maintenance agreement for Discover 2.0 and Liberty Blue HT12/Razor systems
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Center for Advancing Translational Sciences (NCATS), is seeking to award a non-competitive contract for a service and maintenance agreement for the Discover 2.0 and Liberty Blue HT12/Razor systems. This procurement aims to ensure the full functionality of these critical laboratory instruments, which are essential for NCATS's research in developing innovative diagnostics and therapeutics. The service agreement will include unlimited service visits, preventative maintenance, and support from OEM-trained engineers, ensuring the continuity and standardization of NCATS research efforts. Interested parties must submit their capability statements to Rhanda Lopez at rhanda.lopez@nih.gov by September 20, 2024, at 2:30 PM Eastern Standard Time, referencing solicitation number 75N95C24P00096.
    Chemistry, Manufacturing and Controls and Related Services for Development of Drug Substances
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for Chemistry, Manufacturing, and Controls (CMC) services related to the development of drug substances. The primary objective is to ensure the Division of Preclinical Innovation (DPI) receives drug substances of adequate quality and quantity to support preclinical and Investigational New Drug (IND)-enabling studies, adhering to current Good Manufacturing Practice (cGMP) standards. This procurement is crucial for advancing therapeutics from preclinical stages to market readiness, emphasizing a multidisciplinary approach and compliance with regulatory requirements throughout the drug development pipeline. The Request for Proposals (RFP) is expected to be released on or about October 4, 2024, with contract awards anticipated in the second quarter of FY2025. Interested parties may contact Samson Shifaraw at samson.shifaraw@nih.gov for further information.
    6505--Lymphoseek IDIQ
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 22, intends to award a Sole Source contract for the procurement of Lymphoseek, a proprietary radiopharmaceutical, primarily for use at the VA Loma Linda Healthcare System. This contract, designated as Solicitation Number 36C26225Q0026, will be structured as a Firm Fixed-Price Indefinite Quantity Indefinite Delivery (IDIQ) with a base year and four option years, with an estimated quantity of 86 study doses required annually. Lymphoseek is critical for identifying sentinel lymph nodes in melanoma patients, providing superior image quality due to its targeted action on the CD206 receptor. Interested parties may submit a capabilities statement by September 27, 2024, at 10:00 AM Pacific Time, and should direct inquiries to Hestia Sim at Hestia.Sim@va.gov.
    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.
    Good Manufacturing Practice (GMP)-manufactured Monoclonal Antibody
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to award a sole source contract for the procurement of Good Manufacturing Practice (GMP)-manufactured Monoclonal Antibody UB-421, with a requirement of 100 liters. This procurement is critical for an ongoing clinical trial aimed at treating patients with multidrug-resistant HIV-1 infection, utilizing UB-421, which is exclusively manufactured by United BioPharma, Inc., the sole patent holder and provider of the necessary cell line for production. Interested parties who believe they can meet the specifications must submit a capability statement to the primary contact, Hershea Vance, by 3:00 PM EST on September 20, 2024, as the contract is expected to be awarded within 19 days of this notice, with a performance period from September 23, 2024, to September 24, 2025.
    A--Request for Proposals - Phase I Clinical Trials
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for Phase I clinical trials aimed at developing small molecule and biologics therapeutics, as outlined in RFP No. 75N95024R00086. The selected contractor will be responsible for comprehensive services including protocol development, trial management, and reporting to regulatory agencies, with a focus on safety, tolerability, and pharmacokinetics of the investigational therapeutics. This initiative is crucial for advancing therapeutic development in the field of neurology, ensuring compliance with FDA and ICH GCP standards throughout the trial process. Proposals are due by October 3, 2024, with a contract performance period from April 1, 2025, to March 31, 2035, and a maximum contract value of $233,227,446. Interested parties can contact Evan C. Feely at evan.feely@nih.gov or +1 301 827 5301 for further information.
    Surface Plasmon Resonance (SPR) Instrument- Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for a Surface Plasmon Resonance (SPR) Instrument, either brand name or equal, to support its Vaccine Research Center's structural biology efforts. The procurement aims to acquire a high-throughput SPR instrument that meets specific technical requirements, including dimensions, weight, temperature ranges, and data collection capabilities, to facilitate biophysical and structural analysis of macromolecules. This equipment is critical for advancing research in infectious diseases and vaccine development. Interested vendors must submit their quotes by 4:30 PM EST on September 19, 2024, to Hershea Vance at hershea.vance@nih.gov, and ensure compliance with all specified requirements and clauses outlined in the solicitation documents.