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
    Notice of Intent to Sole Source – Stemcell Technologies
    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 StemCell Technologies Inc. for the procurement of EasySep cell separator kits for the Department of Laboratory Medicine at the NIH Clinical Center. These kits are essential for use with RoboSep instruments currently utilized in the laboratory, and StemCell Technologies is the sole manufacturer capable of meeting the specific clinical and research requirements of the department. Interested parties may express their interest and capabilities regarding this procurement, but the government retains discretion over the decision not to compete the requirement. Comments and inquiries should be directed to Kristin Nagashima at kristin.nagashima@nih.gov by December 19, 2025, at 12 PM EST.
    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.
    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.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    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 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.
    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).
    Service Contract for ThermoFisher FEI Tecnal T20. Transmission Electron Microscope
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Child Health and Human Development (NICHD), is seeking to award a non-competitive service contract for the ThermoFisher FEI Tecnal T20 Transmission Electron Microscope. This contract is essential for providing continuous expert maintenance, repairs, and software updates to ensure optimal performance and minimize downtime of the specialized microscope. The contract, justified under FAR Part 13-Simplified Acquisition Procedures, is not expected to exceed $250,000 and will cover the period from February 1, 2026, to January 31, 2027. Interested parties are invited to submit capabilities statements to Mr. Michael Falzone at falzoneml@nih.gov by December 26, 2025.
    Notice of Intent to Sole Source – Werfen USA, LLC
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a sole source contract to Werfen USA, LLC for the procurement of kits and reagents essential for patient care testing, specifically for use with the ACL TOP 350 and 750 analyzers. This procurement, valued at approximately $570,000 over a base year and two option years (January 1, 2026, to December 31, 2028), is critical as the reagents are uniquely validated for the existing instruments, ensuring continuity in patient care and research protocols. The acquisition will be conducted under the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for increased procedural flexibility and efficiency. Interested parties may submit comments regarding this notice to Ryssa Nix at ryssa.nix@nih.gov by the close date of December 23, 2025, at 12 PM EST.
    FlowJo - Flow Cytometry Analysis Software Justification
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure 180 site licenses for Flow Cytometry Analysis Software (FlowJo) to support research initiatives at the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS). This software is critical for analyzing flow cytometry data, which is essential in various biomedical research applications. Interested vendors can reach out to Derek Bowks at derek.bowks@nih.gov or by phone at 301-594-7712 for further details regarding this procurement opportunity.