Nova Benchtop System
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)ARMY MED RES ACQ ACTIVITYFORT DETRICK, MD, 21702, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 31, 2024, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 7:00 PM UTC
Description

The Department of Defense, through the United States Army Medical Research Acquisition Activity (USAMRAA), intends to negotiate a sole source contract with Helix Biotech for the acquisition of a Nova Benchtop Microfluidics device. This procurement aims to secure a chip-less, scalable, and highly flexible modular system essential for the encapsulation of mRNA for cellular delivery, including all necessary ancillary components, delivery, self-installation with virtual support, training, and a one-year manufacturer warranty. The device is critical for producing lipid nanoparticles, which play a significant role in various biomedical applications. Interested parties may submit their capability information by 2:00 p.m. Eastern Time on January 16, 2025, to Ms. Natalie Bethel at natalie.l.bethel2.civ@health.mil, as this notice is not a request for competitive quotations.

Files
No associated files provided.
Lifecycle
Title
Type
Nova Benchtop System
Currently viewing
Special Notice
Similar Opportunities
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
LAB TESTS AND REAGENTS KITS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Illumina, Inc. for the procurement of various Next Generation Sequencing (NGS) reagent kits essential for their laboratory operations. The required items include specific Illumina reagent kits, which are critical for conducting NGS and are exclusively manufactured by Illumina, making them unavailable from other suppliers. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the primary contact, Ms. Van Holley, by 9:00 AM ET on April 17, 2025, with no costs incurred by the government for submissions. Contractors must be registered with the System for Award Management (SAM) to participate in this procurement process.
PANDHA-25-P-0000_003354 DNA Aptamer-based Therapeutic Development
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to sole source a contract with Nanohmics Inc. for the development of DNA aptamer-based therapeutics targeting Pseudomonas aeruginosa, a significant pathogen in wound infections. This two-year project will focus on creating and validating conjugated DNA aptamers combined with C1q- and Fc-domain proteins, with the goal of producing biologic therapeutics for testing in Bangkok, Thailand. The initiative underscores the importance of innovative antimicrobial agents in addressing critical health challenges faced by military personnel. Interested parties may submit their capabilities by April 17, 2025, to Linda Hinson at linda.t.hinson.civ@health.mil or Sharew Hailu at sharew.hailu.civ@health.mil, although the USAMRAA reserves the right to proceed with the contract if no competitive responses are received.
Notice of Intent to Sole Source Immunoassays
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source, firm-fixed-price contract to Meso Scale Diagnostics, LLC for the procurement of immunoassays targeting proinflammatory and neurological analytes. The contract is based on Meso Scale's exclusive V-PLEX® technology, which is specifically designed to work with their own Imager instruments currently in use at USUHS, making alternative options impractical. This procurement is crucial for enhancing USU's health education and research capabilities, which are vital for supporting military medical readiness. Interested parties are invited to submit competitive bids if they can demonstrate that competition would be beneficial, with responses required via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.
NOTICE OF INTENT FOR LABORATORY EQUIPMENT AND SUPPLIES
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Plexon, Inc. for the procurement of laboratory equipment and supplies essential for research purposes. The contract will cover various items including headstages and cables, multi-electrode arrays, acquisition and analysis software, an overhead camera system, and optogenetics systems, all of which are critical for data acquisition and analysis in laboratory settings. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the Contract Specialist, Ms. Van Holley, by 9:00 AM ET on April 18, 2025. Responses must include company details and product specifications, and all contractors must be registered with the System for Award Management (SAM).
NOI to Sole Source - Qiagen IPA Analysis Match Software.
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole source contract to Qiagen LLC for the procurement of Qiagen IPA Analysis Match Software. This software is crucial for the U.S. Army Medical Research Institute of Infectious Diseases as it facilitates the analysis and integration of complex biological data, including gene expression and proteomics, and is necessary for renewing five existing software licenses. Qiagen LLC is uniquely positioned to fulfill this requirement due to its proprietary capabilities and extensive knowledge database, which are essential for biomarker discovery in funded projects. Interested vendors may submit capability statements by April 21, 2025, to the designated contacts, Grant Gratton and Jayme Fletcher, via email, as no solicitation document will be issued.
NOTICE OF INTENT SOLE SOURCE AWARD
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Hamamatsu for the procurement of a Photosensor Module with PMT and Power supply. This contract is not open for competitive proposals; however, potential suppliers who believe they can meet the requirements are encouraged to submit a capability package detailing their offerings. The goods are critical for laboratory applications, aligning with the NIH's mission to advance health research. Interested parties must submit their capability packages to Ms. Van Holley at holleyv@od.nih.gov by 9:00 AM ET on April 15, 2025, and must be registered with the System for Award Management (SAM).
Microbial Testing Supplies - Bridge Contract
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
BioFire ® FilmArray ® Torch System extended warranty service
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to BioFire Defense, LLC for the extended warranty service of the BioFire® FilmArray® Torch System and associated modules. This procurement aims to secure a Firm-Fixed price purchase order for warranty services essential for the operation of clinical patient care testing equipment used by the Microbiology Service in the Department of Laboratory Medicine. The BioFire® system is critical for the rapid detection of infectious agents, thereby facilitating timely patient treatment, and BioFire Defense is the only vendor capable of providing the necessary warranty for this specialized equipment. Interested vendors may submit capability statements to the primary contact, Kimala Winfield, at kimala.winfield@nih.gov, by the specified deadline, as this opportunity is not open for competitive quotations.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.