Automated Cell Dissociation Apparatus
ID: 75N95025Q00116Type: 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 to procure an Automated Cell Dissociation Apparatus to enhance research capabilities in neurodegenerative diseases. The apparatus, specifically the S2 Genomics Singulator 100 Cell Dissociation Platform, is required to facilitate the isolation of single nuclei from human and mouse brain tissues, supporting various cell types while ensuring fast and reproducible tissue dissociation. This procurement is critical for advancing scientific research in areas such as ALS, Parkinson's, and Alzheimer's diseases. Interested vendors should contact Rashiid Cummins at rashiid.cummins@nih.gov, with delivery expected within 60 days post-award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment as prescribed under federal regulations. It mandates that Offerors must disclose their use or provision of covered telecommunications equipment or services when submitting bids for government contracts. The prohibition on such equipment stems from the John S. McCain National Defense Authorization Act for Fiscal Year 2019, aimed at enhancing national security by restricting the procurement of potentially compromised telecommunications technologies. Offerors are required to check the System for Award Management (SAM) for entities excluded from receiving federal awards related to covered equipment or services. The provision details the definitions, prohibitions, and necessary disclosures tied to the representations that Offerors must provide. This regulation emphasizes compliance and transparency regarding telecommunications contracts, ensuring that entities engaging with the government do not introduce security vulnerabilities through their supply chains.
    The document outlines the federal representation requirements related to "covered telecommunications equipment or services" applicable to government contracts. It defines key terms referenced in clause 52.204-25, which prohibits contracting for certain telecommunications and video surveillance services or equipment. Offerors must consult the System for Award Management (SAM) to identify excluded parties related to these services. The primary representation required from the Offeror confirms whether they provide such equipment or services in their offerings to the government and whether they use any systems that utilize covered telecommunications equipment after conducting a reasonable inquiry. This representation must be certified by an authorized individual from the organization, ensuring accountability and compliance with federal regulations. The focus on covered telecommunications equipment is relevant to the integrity and security of government contracts, reinforcing the government's stance on avoiding high-risk technologies in its procurement processes.
    This document serves as an addendum to FAR 52.212-4, detailing terms and conditions for commercial items contracts. It establishes a hierarchy for resolving inconsistencies in contracts, beginning with the schedule of supplies and services, followed by various clauses and documents associated with the contract. Key elements include the definition and treatment of commercial supplier agreements, emphasizing their legal binding nature and the specific terms applicable to U.S. Government contracts. Significant clauses include stipulations regarding applicability, governing law, dispute resolution, audit rights, indemnification, and confidentiality. The addendum ensures that any changes to supplier agreements must not materially affect government obligations unless documented properly. Automatic renewals of services require explicit consent from government representatives, and any taxes or surcharges intended for government contracts must be determined by the contracting officer. Overall, this addendum outlines important legal protections and requirements that govern the procurement of commercial items by federal agencies, aiming to ensure compliance, accountability, and clarity in contract management.
    This document outlines the mandatory Federal Acquisition Regulation (FAR) clauses incorporated into a government contract, ensuring compliance with applicable laws and Executive orders related to the acquisition of commercial products and services. Key clauses include stipulations on subcontractor sales restrictions, contractor business ethics, whistleblower protections, and various small business considerations, such as set-asides and subcontracting plans. Notable regulations also address prohibitions against contractors using certain telecommunications services and mandates for veteran and disability employment opportunities. Additionally, the document specifies requirements for transparency in contractor reporting and the promotion of sustainability in procurement practices. By enforcing these regulations, the contract aims to uphold integrity, encourage small business participation, and ensure fair labor practices within government procurement processes.
    The document outlines the requirements for offerors responding to a federal solicitation regarding Information and Communication Technology (ICT) accessibility, specifically compliance with Section 508 standards. Offerors must submit a completed HHS Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report (ACR) using the Voluntary Product Accessibility Template (VPAT) to demonstrate how their ICT products and services meet these standards. If accepted supplies and services later fail to conform to the stated accessibility criteria, the contractor is responsible for necessary remediation at their expense. Offerors are also required to provide sufficient information on any inability to meet Section 508 requirements. Additionally, all electronic content delivered must align with HHS acceptance criteria and accompany the appropriate checklist, unless exempted by the Contracting Officer. This document emphasizes the importance of accessibility in government procurement to ensure ICT solutions are usable by individuals with disabilities, reflecting the government's commitment to inclusivity.
    The document outlines a clause regarding Information and Communication Technology (ICT) Accessibility, emphasizing compliance with Section 508 of the Rehabilitation Act. It mandates that all ICT products and services developed, acquired, or delivered under the contract must meet the Revised 508 Standards for accessibility. Contractors are tasked with ensuring that their ICT offerings conform, and any non-compliance requires them to handle remediation at their own cost. For contract modifications or task orders involving new ICT, contractors must submit accessibility checklists or conformance reports to verify compliance. Additionally, contractors must disclose any exceptions to the Section 508 requirements, ensuring transparency in their obligations for accessibility. This clause is significant within the context of government RFPs and grants, reinforcing the federal commitment to making technology accessible for individuals with disabilities.
    The National Institute on Aging (NIA) seeks to procure an automated cell dissociation apparatus to facilitate single nuclei isolation from human and mouse brain tissues, aiding in research on neurodegenerative diseases such as ALS, Parkinson's, and Alzheimer's. The chosen product is the S2 Genomics Singulator 100 Cell Dissociation Platform, which must fit on a bench-top, utilize single-use cartridges, and enable fast, reproducible tissue dissociation into cell or nuclei suspensions. It should support various cell types from multiple tissue sources and avoid lengthy centrifugation processes. Additionally, the platform's software must allow customization of processing parameters, such as mincing and enzyme incubation conditions. The delivery is expected within 60 days post-award. This request underscores the NIA's commitment to advancing scientific research through innovative laboratory technology.
    The National Institute on Aging (NIA), Laboratory of Neurogenetics (LNG) seeks an automated cell dissociation apparatus specifically for isolating single nuclei from human and mouse brain tissues. This acquisition aims to advance research on neurodegenerative diseases such as amyotrophic lateral sclerosis (ALS), Parkinson's disease, and Alzheimer's disease, facilitating future single-cell sequencing studies. The preferred model is the S2 Genomics Singulator 100 Cell Dissociation Platform, which must meet several specific requirements, including bench-top compatibility, single-use cartridges, and the ability to produce rapid and reproducible single-cell or nuclei suspensions from various tissue sources. The apparatus should employ pre-set protocols for cell nuclei isolation and feature customizable software to adjust parameters like enzyme incubation times and mechanical disruption methods. The delivery of this equipment is expected within 60 days following the award. The request underscores the NIA's commitment to furthering scientific understanding of neurodegenerative diseases through advanced technological tools.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    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.
    Service and maintenance for WOLF G2 Cell Sorter with N1 Pro attachment
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide service and maintenance for a WOLF G2 Cell Sorter with an N1 Pro attachment, crucial for cardiac RNA research. The procurement includes an initial preventative maintenance inspection and ongoing support for up to three optional years, with responsibilities encompassing repairs by factory-trained technicians and unlimited remote support. This contract is firm-fixed price, emphasizing clear cost expectations and prohibiting travel reimbursements, with all work to be performed at the Government Laboratory of Cardiovascular Science in Baltimore, Maryland. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details.
    Service and Maintenance for a DNA qualification instrument (Femto Pulse System)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide service and maintenance for the Agilent Femto Pulse System, a critical instrument used for DNA qualification within its Center for Alzheimer’s and Related Dementias (CARD). The procurement includes a base year and two optional years under a firm fixed price agreement, requiring certified Agilent technicians to perform preventative maintenance, software upgrades, and troubleshooting, with rapid response times mandated for service requests. This maintenance is essential for ensuring the operational capabilities of vital research equipment, which supports ongoing studies in Alzheimer's and related dementias. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details regarding the solicitation process.
    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 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.
    Anti-human IgG Fc Capture Biosensors
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to supply Anti-human IgG Fc Capture Biosensors for research at the Vaccine Research Center (VRC). This Sources Sought Notice, identified as SS-NIAID-25-2255392, aims to assess the capabilities of potential suppliers for biosensors that are compatible with the Octet HTX system, which are crucial for measuring protein interactions in vaccine development efforts against pathogens such as HIV-1 and SARS-CoV-2. Vendors are invited to submit a capability statement by March 12, 2025, detailing their qualifications, while adhering to Small Business Administration size standards and indicating interest in socio-economic business categories. Interested parties should direct their responses through the NIAID's electronic Simplified Acquisition Submission System (eSASS), noting that this notice does not obligate the government to award contracts and that all submissions will be reviewed at the government's discretion. For further inquiries, vendors may contact Leah Hinson at leah.hinson@nih.gov.
    Renewal Maintenance Service Agreement for Becton Dickinson (BD) Flow Cytometers
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide a Renewal Maintenance Service Agreement for Becton Dickinson (BD) flow cytometers, which are critical for the Laboratory of Immune System Biology's research on immune function and pathogen response. The agreement includes essential services such as two preventive maintenance inspections, unlimited service visits by original equipment manufacturer (OEM) technicians, and 48-hour emergency support, all adhering to Biosafety Level 2 standards. This maintenance is vital for ensuring the operational integrity of high-end flow cytometry systems used in daily experiments, thereby supporting ongoing immunology research. The period of performance for this contract is from April 1, 2024, to March 31, 2025, and interested parties can contact Linda Smith at linda.smith2@nih.gov or Kathy Song at kathy.song@nih.gov for further information.
    B--To procure JEOL1400 Equipment Maintenance
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure maintenance services for the JEOL1400 equipment. This presolicitation opportunity aims to ensure the proper functioning and longevity of the equipment, which is critical for various research and analysis activities within the NIH. The maintenance services will fall under the NAICS code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance, highlighting the specialized nature of the required services. Interested vendors can reach out to Tiffany M. Kennedy at tiffany.kennedy@nih.gov for further details, although specific funding amounts and deadlines have not been disclosed in the current overview.
    Bruker MALDI Biotyper® Smart System Maintenance Service
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking maintenance services for the Bruker MALDI Biotyper® Smart System. This presolicitation opportunity involves the repair and maintenance of electronic and precision equipment, crucial for supporting the NIH's research and clinical operations. The services will be performed in Bethesda, Maryland, and are essential for ensuring the optimal functionality of the MALDI Biotyper system, which plays a significant role in microbial identification and analysis. Interested vendors can reach out to Kimala Winfield at kimala.winfield@nih.gov or 301-496-7015, or Malinda Dehner at dehnerm@cc.nih.gov or 301-594-6320 for further details.
    Repository Samples Freezer Storage Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for Repository Samples Freezer Storage Services. This procurement aims to secure reliable storage solutions for biological samples, which are critical for ongoing scientific research and analysis. The services will be performed in Bethesda, Maryland, and are categorized under the NAICS code 541380, which pertains to Testing Laboratories and Services. Interested vendors can reach out to Shasheshe Goolsby at shasheshe.goolsby@nih.gov or by phone at 301-827-4879 for further details regarding this presolicitation opportunity.