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.
Bio Threat Detection Instrument
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 Safeware, Inc. for the procurement of a BioMeMe Bio Threat Detection Instrument. This new instrument is required to enhance the NIH Division of Fire and Rescue Services' capabilities by allowing simultaneous screening for 14 biological agents, replacing the outdated RAZOR Biothreat detection system that will soon be unsupported. The acquisition is critical for maintaining the NIH's FEMA Type I Hazardous Materials Unit designation and ensuring the safety of employees and visitors during biological research activities. Interested parties that believe they can fulfill the requirements must submit a capability statement by 9:00 AM (Eastern Time) on May 2, 2025, to the primary contact, Van V. Holley, at holleyv@od.nih.gov.
Notice of Intent - Sole Source Contract for Qiagen CLC Genomics WB Premium Network Software license
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 CLC Genomics WB Premium Network Software license. This procurement aims to secure a web-based research platform for DNA and RNA analysis, which is critical for the research conducted at the Walter Reed Army Institute of Research. The contract will include a one-year base license period with four optional one-year extensions, and Qiagen LLC is identified as the only source capable of providing this software. Interested parties must submit their responses by the deadline of 15 days from the notice publication, and inquiries can be directed to Mr. Keith C. Crum at keith.c.crum.civ@health.mil.
Notice of Intent to Sole Source BioStorageBot Incubator and Accessories
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source contract to Advanced Solutions Life Sciences, LLC for the procurement of a BioStorageBot incubator and associated accessories. This acquisition aims to enhance the capabilities of an existing BioAssemblyBot 6-axis bioprinter, which is crucial for advancing military medicine and public health training. Advanced Solutions Life Sciences, LLC is recognized as the only vendor capable of providing the necessary equipment compatible with USU's current systems, although other vendors are invited to submit proposals if they can demonstrate competitive advantages. For further inquiries, interested parties may contact Christopher White at christopher.white@usuhs.edu.
AB Assurance Service Contract
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole source contract to Life Technologies Corporation for a preventative maintenance service contract known as the "AB Assurance Plan" for two flow cytometry machines. This contract includes one maintenance visit at no charge, remedial repairs, priority technical support, and remote monitoring services, ensuring the optimal performance of the Cytkick autosampler and Attune NxT 4 laser Flow Cytometer. The total estimated funding for the initial year is approximately $18,667.53, with the contract period spanning from June 17, 2025, to June 16, 2026, and includes four option years. Interested parties may submit capability statements to the primary contact, Shamai Carter, at shamai.m.carter.civ@health.mil, or to the secondary contact, Deborah Sharpe, at deborah.m.sharpe2.civ@health.mil.
Using Protease Cascades to Detect Protein Targets
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking to award a sole source contract to Potomac Affinity Proteins, LLC for the development and testing of a protease cascade designed to detect protein targets in environmental samples. This innovative research requirement involves the use of target-specific antibodies or related ligands to aggregate protein targets and initiate a signal cascade, which is critical for advancing biotechnology applications in health and safety. The contract will be awarded without further competition unless other capable sources respond by the deadline of 12:00 PM EST on May 6, 2025, with evidence of their ability to meet the requirements. Interested parties should direct their inquiries to Tara Borntreger at tara.j.borntreger.civ@health.mil or Jayme Fletcher at jayme.l.fletcher2.civ@health.mil.
COVID-19, Influenza A/B, Seasonal Influenza A subtyping, Influenza A/H5 and Influenza A/H7 Extraction Reagents
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract to Roche Diagnostics Corporation for the procurement of essential supplies required for COVID-19 and various influenza detection assays. This contract encompasses the purchase of reagents for 1,000 extraction reactions every two months over a total of six shipments, amounting to 6,000 reactions, with a total funding of $52,920 allocated from Navy Fiscal Year 2025 funds. The unique qualifications of Roche Diagnostics necessitate this sole-source acquisition, as their products are the only ones meeting the required diagnostic grade quality, thereby excluding competitive bidding under applicable regulations. Interested parties may contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah Sharpe at deborah.m.sharpe2.civ@health.mil for further information.
FINIA 2.0 Fill Finish Equipment – Terumo BCT, Inc
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 Terumo BCT, Inc. for the procurement of one FINIA 2.0 Fill Finish Equipment unit. This equipment is critical for the preparation and cryopreservation of cellular therapy doses, addressing risks associated with manual processes that could lead to inadequate dosing and severe side effects. The FINIA 2.0 device is uniquely designed to handle volumes from 2 mL to 100 mL while complying with current Good Manufacturing Practices (cGMP), making it essential for the NIH's new Center for Cellular Engineering facilities in Bethesda, Maryland. Interested parties may submit capability statements to Damien Goines at damien.goines@nih.gov by May 5, 2025, at 9:00 AM (EST).
Surgical Microvascular Equipment
Buyer not available
The Defense Health Agency (DHA) intends to award a sole source contract to Synovis Micro Companies Alliance, Inc. for the procurement of specialized surgical instruments, specifically the Surgical Micro-vascular Anastomotic GEM Coupler, Clamp, and Clips, which are exclusively available from this supplier. This procurement supports the Main Operating Room Department at Walter Reed National Military Medical Center in Bethesda, Maryland, highlighting the critical need for these unique medical devices in surgical procedures. Interested parties may express their interest and capabilities by emailing the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a deadline for responses set for 10:00 AM EST on April 29, 2024. This opportunity is categorized under a Total Small Business Set-Aside, and the contract will be awarded under the authority for Other than Full and Open Competition.
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.