DNA Extractor
ID: 75N95025P00064Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the procurement of a DNA Extractor, specifically the Promega DNA Extractor or an equivalent model. This acquisition aims to enhance laboratory capabilities for research on neurodegenerative diseases, particularly by automating the purification of nucleic acids from various biological samples, which is critical for advancing scientific research in this field. Interested vendors must submit their quotations by March 24, 2025, at 12:00 PM Eastern Time, and should direct their proposals to Andrea Clay at amcgee@nida.nih.gov. The anticipated delivery date for the equipment is 30 days after receipt of the order, with the contract expected to be awarded as a firm fixed-price purchase order.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the addendum to the Federal Acquisition Regulation (FAR) 52.212-4, specifying the terms and conditions for commercial item contracts with the U.S. Government. It establishes a clear order of precedence to resolve any inconsistencies within the solicitation or contract. Notably, it discusses the nature and implications of commercial supplier agreements, particularly emphasizing that these agreements must comply with federal laws when engaged with government entities. Key points include the requirement that the U.S. Government cannot be subjected to state or foreign laws and that disputes must adhere to federal laws regarding resolution. Additional stipulations cover the continuation of performance, limitations on unilateral changes to agreements, and restrictions against automatic renewals. Furthermore, confidentiality provisions are adjusted to ensure transparency consistent with the Freedom of Information Act. This addendum is essential for clarifying the legal context and obligations of commercial suppliers when contracting with the government, reinforcing compliance and protection for both parties involved. It reflects the government's commitment to maintaining strict regulatory standards in its procurement processes.
    The document outlines the representation requirements for Offerors related to federal contracts, specifically concerning telecommunications and video surveillance services or equipment. It emphasizes that Offerors must indicate whether they provide or use covered telecommunications equipment or services, adhering to guidelines established in the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The prohibition on procuring such equipment aims to enhance national security by avoiding reliance on potentially compromised technologies. The document specifies definitions for relevant terms and contains sections for representations and disclosures regarding covered services and equipment. It requires detailed information if an Offeror indicates they will provide or use covered items, such as the identity of the equipment manufacturer and nature of the services offered. The Offeror is also instructed to consult the System for Award Management (SAM) for information regarding excluded parties. Overall, the document is essential for ensuring compliance with federal regulations in procurement processes, safeguarding governmental interests against security threats posed by certain telecommunications technologies.
    The provision 52.204-26 addresses the representation concerning "covered telecommunications equipment or services" that may arise in federal contracts. The document defines terms and outlines procedures for offerors submitting proposals or bids to the government. Offerors are required to review the System for Award Management (SAM) for entities excluded from federal awards due to involvement with such equipment or services. They must then represent whether they provide or utilize covered telecommunications equipment or services in their offerings. A reasonable inquiry must be conducted to assess compliance with these requirements. The certification section at the end requires the signature and information of an authorized individual from the organization. This provision is part of broader efforts to ensure that government contracts do not involve technologies that could compromise national security, reflecting heightened sensitivity towards telecommunications security in federal procurement.
    The document outlines the Federal Acquisition Regulation (FAR) clause 52.212-5, which enforces contract terms and conditions essential for executing statutes or executive orders related to the procurement of commercial products and services. It specifies that Contractors must adhere to various FAR clauses that embody legal and executive order mandates affecting commercial acquisitions. Key topics include compliance requirements concerning business ethics, subcontractor regulations, employment rights, labor standards, and environmental considerations. Additionally, clauses related to small business utilization and trade agreements are emphasized. Contracts exceeding certain thresholds allow for auditing and require that specific clauses flow down to subcontractors. This structure ensures accountability and adherence to legal standards throughout the contracting process. The document serves as a comprehensive guide for contractors engaged in government procurements, reinforcing the importance of compliance with established regulations to protect public interests and uphold ethical practices.
    The document outlines the Information and Communication Technology (ICT) Accessibility Notice as part of federal contracting requirements, specifically for the Department of Health and Human Services (HHS). It mandates that all offerors conform to Section 508 accessibility standards, with links provided for reference. Offerors must submit an HHS Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report (ACR) to demonstrate compliance, detailing their ICT products’ adherence to these standards and any remediation efforts required. The notice further stipulates that if supplies or services are later found non-compliant post-award, the contractor is obliged to remedy the situation at their own expense. Offerors are also required to disclose any inability to meet Section 508 standards and must submit appropriate documentation for electronic content. This provision aims to ensure that all ICT-related products and services supplied to the government are accessible to all users, thereby reinforcing the government's commitment to inclusivity. This document serves as a critical component in the evaluation criteria during the RFP process, emphasizing accessibility as a key factor in procurement decisions.
    The document outlines the requirements for information and communication technology (ICT) accessibility under federal contracts, specifically referencing Section 508 of the Rehabilitation Act of 1973. The clause mandates that all ICT-related products and services developed or procured under the contract must comply with the Revised 508 Standards. Contractors are responsible for ensuring their offerings meet these standards at their own expense, particularly if noncompliance is identified. Furthermore, for modifications to contracts that introduce new ICT supplies, contractors must provide completed accessibility checklists or reports to demonstrate conformity. In the case of indefinite-delivery contracts, the standards will be specified in task orders. Contractors are also required to notify the contracting officer of any perceived exceptions to the Section 508 requirements. Overall, the document emphasizes the federal government's commitment to accessibility in ICT procurement, ensuring that all persons, including those with disabilities, can access technology and services effectively.
    The document outlines the invoice and payment provisions for contracts and purchase orders within federal agencies, particularly under NIH guidelines effective March 20, 2023. It specifies requirements for submitting proper invoices, detailing necessary components such as vendor identification, remit-to addresses, contract numbers, and compliance with the FAR and Prompt Payment Act. The invoice must include a description of delivered goods or services and any freight charges, with stipulations for timely notification of defects in invoices. Payment deadlines are set for 30 days following receipt of a proper invoice or government acceptance of services, along with provisions for interest penalties if payments are delayed. Additionally, there’s a directive for contractors to expedite payments to small business subcontractors upon receipt of government payments. Electronic submission via the Department of Treasury’s Invoice Processing Platform (IPP) is mandated unless alternative procedures are authorized. This document serves as a critical guide to ensure compliance with federal fiscal responsibilities and reinforces the government's commitment to prompt and efficient payment processes, ultimately aiming to support vendor relationships and accountability in contracting practices.
    The document outlines a federal procurement request for a DNA extraction system to support research on neurodegenerative diseases by the Center for Alzheimer’s Disease and Related Dementias (CARD). The primary aim is to acquire the Maxwell® RSC System, which automates the purification of nucleic acids from various biological samples, including blood and tissue. Critical features of the system include: the ability to process multiple samples simultaneously, use of low elution volumes for higher nucleic acid concentration, heated elution to improve yields, pre-filled reagent cartridges, and software for sample tracking. The required delivery date for the system is set for 30 days after the purchase order is received. This procurement underscores the government's commitment to advancing scientific research in addressing Alzheimer's disease and related conditions through enhanced laboratory capabilities.
    Lifecycle
    Title
    Type
    DNA Extractor
    Currently viewing
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    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.
    Single-Nuclei Multiome Analysis of Human Brain Tissue, iPSC-Derived Cells and Human Dorsal Root Ganglion
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified entities to conduct a Single-Nuclei Multiome Analysis of Human Brain Tissue, iPSC-Derived Cells, and Human Dorsal Root Ganglion. This procurement aims to advance research in medical laboratory testing by analyzing complex biological samples to enhance understanding of neurological conditions. The work is critical for developing innovative treatments and therapies in the field of neuroscience. Interested parties can reach out to Maggie Brant at maggie.brant@nih.gov or KJ Shaikh at KJ.Shaikh@nih.gov for further details regarding this opportunity.
    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.
    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).
    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.
    Qiagen CLC Workbench Software Licenses
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, intends to negotiate a sole source contract for a 12-month license of Qiagen CLC Workbench software with QIAGEN LLC. This software is uniquely required for the NIEHS's specific research needs, and the procurement is being conducted under the authority of 41 U.S.C. 1901, as outlined in FAR 13.106-1(b)(1), which allows for a sole source acquisition when only one responsible source is available. Interested parties that believe they can meet the requirements are invited to submit a capability statement via email to Joseph Williams by December 17, 2025, at 12:00 PM EST, although this notice is not a solicitation for quotes. For further inquiries, contact Joseph Williams at joseph.williams2@nih.gov or Melissa Gentry at gentry1@niehs.nih.gov.
    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.
    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.
    KNIME Data Science Platform Renewal
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, intends to negotiate a sole source contract for the renewal of the KNIME Data Science Platform. This procurement involves a 12-month license for KNIME Business Hub products, which are uniquely suited to meet the specific software requirements of the NIEHS. The software is critical for data science applications within the agency, and the government has determined that only KNIME INC can fulfill this need. Interested parties that believe they can meet these requirements may submit a capability statement to Joseph Williams at joseph.williams2@nih.gov by December 17, 2025, at 12:00 PM EST, although this is not a solicitation for quotes.