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
    Opera Phenix Plus High-Content Screening System (or equal)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the acquisition of an Opera Phenix Plus High-Content Screening System or an equivalent model to support the Induced Pluripotent Stem Cell Neurodegenerative Diseases Initiative (iNDI) within the Center for Alzheimer’s Disease and Related Dementias (CARD). This advanced imaging system is essential for facilitating research aimed at understanding and developing treatments for Alzheimer's and related neurodegenerative diseases by analyzing cellular responses to genetic variations. The procurement emphasizes the need for features such as automated multi-well plate screening, high-speed image capture, integrated robotic handling, and advanced software capabilities, including machine learning for cell separation and 3D analysis. Interested vendors should contact Iris Merscher at iris.merscher@nih.gov or 301-827-2547, or Karen Mahon at karen.mahon@nih.gov or 301-435-7479 for further details, with a delivery timeline of 12 months post-order.
    Maintenance and Repair Service for Illumina Laboratory Equipment NovaSeq 6000 Sequencer
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and repair services for the Illumina NovaSeq 6000 Sequencer, a critical piece of laboratory equipment used in genetic and genomic research. The contractor will be responsible for comprehensive services, including parts, labor, travel, remote technical support, on-site assistance, software and hardware updates, and application support, all performed by certified Illumina technicians. This initiative is vital for ensuring the operational integrity of the NIH's research capabilities, with the performance period set from April 13, 2025, to October 12, 2025. Interested parties should contact Emily Palombo at emily.palombo@nih.gov for further details regarding the procurement process.
    QIAGEN, LLC Establishment of Preventative Maintenance and Service Agreement
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to establish a preventative maintenance and service agreement with QIAGEN, LLC for specific laboratory instruments located in Bethesda, Maryland. The procurement aims to ensure optimal functioning of the QI Acuity One, QI Agility, and QI Symphony SP instruments through a fixed-price contract that will provide factory-trained personnel for both preventative and remedial maintenance. This maintenance agreement is crucial for preventing costly repairs and ensuring the reliability of laboratory operations. Interested parties may express their interest and capabilities to Emeka Onyejekwe at emeka.onyejekwe@nih.gov by March 23, 2025, as this opportunity is being conducted under simplified acquisition procedures, allowing for a sole source award.
    10X Genomics, Inc Chromium instrument.
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to procure a 10X Genomics, Inc Chromium instrument on a sole source basis for its Clinical Center's Department of Laboratory Medicine. This procurement includes a Chromium X and accessory kit, dual index kits, GEM-X Flex gene expression chip kits, and other related items essential for conducting single-cell gene expression experiments using patient-derived samples. The 10X Genomics Chromium instrument is critical for analyzing mRNA levels at the single-cell level, and its use is validated for quality-controlled processes within the NIH. Interested parties capable of providing similar products must submit a capability statement by March 22, 2025, to Emeka Onyejekwe at emeka.onyejekwe@nih.gov for consideration.
    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 for MiSeq and Next Seq Service Agreement
    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 annual service and maintenance agreement with Illumina, Inc. for the MiSeq and NextSeq 500 sequencing machines, which are critical for ongoing research operations. The contract will ensure the operational capability of these instruments from March 25, 2025, to March 24, 2030, including comprehensive service coverage such as parts, labor, software updates, and priority onsite support. This agreement is vital for maintaining the functionality of essential research equipment, thereby supporting NIAID's mission in viral pathogenesis and evolution studies. Interested vendors must submit their capability statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by March 17, 2025, at 10:00 AM EST, and should note that this notice does not constitute a request for proposals.
    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.
    MAINTENANCE AGREEMENT ON BC T100 PROCESSING UNIT
    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 sole-source contract for a 12-month maintenance agreement on a BC T200 Processing Unit with Global Life Sciences Solutions USA LLC. The procurement requires comprehensive service, including two planned preventive maintenance visits, priority response for repairs, and access to certified service engineers, ensuring the equipment operates effectively in a multi-user environment reliant on precise results. Interested vendors capable of meeting these requirements must submit a capability statement by 10:00 AM EST on March 20, 2025, via the NIAID electronic Simplified Acquisition Submission System (eSASS), with all necessary documentation and manufacturer certification included. For further inquiries, vendors may contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.
    Next Sequencing 2000 System
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is soliciting proposals for the procurement of the NextSeq 2000 Sequencing System, specifically targeting women-owned small businesses (WOSB). This solicitation outlines the requirements for delivery, acceptance, and compliance with federal regulations, emphasizing firm fixed pricing and the need for unique identifiers for items valued at $5,000 or more. The NextSeq 2000 Sequencing System is crucial for advanced genomic research and analysis, supporting the Department's mission in medical research and development. Interested vendors should contact Deborah M. Sharpe at deborah.m.sharpe2.civ@health.mil or Stephanie Gray at Stephanie.Gray@med.navy.mil for further details, with submissions expected to adhere to the outlined guidelines and deadlines.
    Nikon Spinning Disk Lab Maintenance
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking quotations for maintenance services for specialized laboratory equipment, specifically the Nikon CSU-W1 Spinning Disk, LUNF XL, and ILAS2 TIRF Illuminator. The procurement aims to secure preventative maintenance and proprietary software updates to ensure the operational effectiveness of these critical instruments used in research. This contract is not set aside for small businesses due to the proprietary nature of the equipment, and proposals will be evaluated based on technical capability, price, and past performance, with a strong emphasis on technical factors. Interested vendors must submit their quotations by March 24, 2025, at 12:00 PM, to Kelly Robinson at Kelly.Robinson@nih.gov, referencing solicitation number 75N94025Q00051.