Notice of Intent to Exercise Renewal Option
ID: NIH011425Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHBethesda, MD, 20892, US

NAICS

Lessors of Nonresidential Buildings (except Miniwarehouses) (531120)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to exercise a renewal option for an existing lease agreement for biomedical research space located in Phoenix, Arizona. The renewal will cover a five-year term, commencing on August 26, 2025, and concluding on August 25, 2030, with an estimated total base rent of $3.8 million. This facility is crucial for ongoing biomedical research activities, and the NIH will not consider alternative properties at this time; however, interested parties may submit capability statements by January 22, 2025, to demonstrate their ability to meet the government's requirements. For further inquiries, Eric Rogers, the Lease Contracting Officer, can be contacted at eric.rogers@nih.gov or by phone at 301-443-7245.

    Point(s) of Contact
    Eric Rogers, Branch Chief, Real Estate Contracting Branch
    (301) 443-7245
    eric.rogers@nih.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Renewal of LabKey Server Premium Edition Enterprise Licenses
    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 contract for the renewal of LabKey Server Premium Edition Enterprise Licenses with LabKey Corporation, Inc. This procurement aims to maintain essential software that supports biomedical research and data management for human clinical trials, ensuring the integrity and accessibility of critical data across multiple NIH systems. The LabKey platform is vital for enhancing data quality and facilitating scientific operations, particularly in the context of ongoing research projects within the NIAID Division of Intramural Research. Interested vendors may submit capability statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by July 13, 2025, at 5:00 PM ET, with all submissions requiring prior registration in the eSASS system. For further inquiries, contact Dana Monroe at dana.monroe@nih.gov or call 406-375-9814.
    GraphPad Prism Subscription Renewal
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew a contract for 500 subscriptions of GraphPad Prism software, which is critical for biostatistical analysis and scientific graphing. This non-competitive procurement is justified under the Federal Acquisition Regulation (FAR) due to GraphPad Software, LLC being the sole provider of the software, with the renewal period set from April 8, 2025, to April 7, 2026. GraphPad Prism is widely utilized by research institutions and pharmaceutical companies, ensuring the accuracy and efficiency of scientific data analysis within the NIH. Interested vendors may express their capabilities, but the government retains discretion over competitive offers, with the total contract value not exceeding $250,000. For inquiries, contact Verne L. Griffin at verne.griffin@nih.gov or 301-594-7730, or Michael L. Falzone at michael.falzone@nih.gov or 301-827-1873.
    Parking Services for NIDA IRP
    Buyer not available
    The National Institutes of Health (NIH) is seeking capability statements from qualified large or other than small business organizations to provide parking services for the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) at the Johns Hopkins Bayview Medical Center (JHBMC) in Baltimore, Maryland. The requirement includes approximately 270 full-time parking spaces and up to 25 part-time parking spaces, all within one-tenth of a mile of the NIH Biomedical Research Center, to accommodate NIDA IRP employees during working hours. This procurement is crucial for supporting the NIH's mission to conduct medical research and improve public health, as it facilitates access for researchers and staff. Interested parties must submit their capability statements electronically to Contracting Officer Joshua T. Lazarus at josh.lazarus@nih.gov by 1:00 p.m. EST on July 18, 2025, ensuring to include relevant business information and qualifications.
    Maintenance and Repair Service of CO2 Incubator
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for two CO2 incubators manufactured by Sartorius Corporation. The objective of this procurement is to ensure the continued functionality of these critical pieces of equipment used in Alzheimer's research, thereby supporting the integrity of ongoing research data. The anticipated contract will be a firm fixed-price purchase order, covering the period from August 15, 2025, to August 14, 2026, with proposals due by July 15, 2025, at 10:00 AM Eastern Daylight Time. Interested parties should submit their quotations electronically to Rashiid Cummins at rashiid.cummins@nih.gov, ensuring compliance with all specified requirements and provisions.
    Primary Barrier Equipment Maintenance and Decontamination Services
    Buyer not available
    The National Institutes of Health (NIH) is seeking proposals for Primary Barrier Equipment Maintenance and Decontamination Services, aimed at ensuring the operational integrity of critical laboratory equipment. This contract will involve preventative maintenance, repair, and certification services for primary barrier equipment and HEPA filters across various NIH locations, including the Bethesda campus, Baltimore/Washington area, Frederick Integrated Research Facility, and Rocky Mountain Laboratories in Montana, as well as potential future labs abroad. The solicitation is expected to be issued on or about July 15, 2025, with a total small business set-aside status and a small business size standard of $40 million. Interested parties should monitor SAM.gov for updates and can contact Aleise Roberts at Aleiser@od.nih.gov or 301-402-3342 for further information.
    Parking Services for NIDA IRP - (Small Business)
    Buyer not available
    The National Institutes of Health (NIH) is seeking capability statements from small business organizations to provide parking services for the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) at the Johns Hopkins Bayview Medical Center in Baltimore, Maryland. The requirement includes approximately 270 full-time parking spaces and up to 25 part-time parking spaces, all within one-tenth of a mile from the NIH Biomedical Research Center, to accommodate NIDA IRP employees during working hours. This opportunity is crucial for supporting NIH's mission in medical research and substance use disorder studies. Interested businesses must submit their capability statements electronically to Josh Lazarus at josh.lazarus@nih.gov by 1:00 p.m. EST on July 18, 2025, ensuring they include relevant qualifications and business information as outlined in the notice.
    Service Contract for the LSM880 Airyscan FAST confocal microscope, Manufactured by Carl Zeiss Microscopy, Inc
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a service contract for the LSM880 Airyscan FAST confocal microscope manufactured by Carl Zeiss Microscopy, Inc. The primary objective of this procurement is to secure comprehensive repair and preventative maintenance services to ensure the operational efficiency of the microscope, which is critical for research on hearing disorders conducted by the Laboratory of Molecular Genetics. Interested vendors must submit a capability statement to the Contracting Officer, Sharmaine Fagan, at sharmaine.fagan@nih.gov by July 11, 2025, at 10:00 A.M., as the government plans to negotiate with only one source under FAR 13.106-1(b). The contract is expected to be awarded approximately five days after the notice, with a performance period of one year plus an option for an additional year.
    Software Renewal: Freezerworks Customer Care Program – Summit Server and Account Success Package
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a contract for the renewal of the Freezerworks Customer Care Program and Account Success Package software with Dataworks Development, Inc. This procurement aims to secure ongoing support and software upgrades for the Freezerworks Summit Edition software, which is critical for managing clinical trial samples and ensuring compliance with quality standards in vaccine research. The Freezerworks software is exclusively provided by Dataworks, which is essential for the Vaccine Immunology Program's efforts in developing vaccines for infectious diseases. Interested parties may submit capability statements to Rita Davis at rita.davis@nih.gov by July 18, 2025, with the software renewal period set from July 21, 2025, to July 20, 2026.
    Development and Maintenance of an Aged Rodent Tissue Bank
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to develop and maintain an Aged Rodent Tissue Bank (ARTB) to provide biospecimens from aged mice and rats for biomedical research. The primary objective of this initiative is to collect, store, and distribute approximately 40,000 frozen biospecimens annually to around 25 investigators, thereby enhancing research efficiency and resource sharing in the field of aging studies. The ARTB will play a crucial role in supporting various research protocols by ensuring the availability of preserved biological samples, which are essential for understanding aging and related diseases. Interested parties must submit their capability statements by August 7, 2025, to the designated contacts, Eric McKay at eric.mckay@nih.gov and nidacoaccommunications@nida.nih.gov, as this opportunity is not a solicitation for proposals but a request for information regarding potential sources.
    Cytek Aurora System with 5 Laser UB/V/B/YG/R (64+3 channel) – Brand Name Only
    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 Government Scientific Source, Inc. for the procurement of a Cytek Aurora System with a 5-laser configuration for its Rocky Mountain Laboratories in Hamilton, Montana. This system is critical for maintaining consistency in scientific research and ensuring data integrity across various study locations, particularly for human and primate studies already in use at NIH Bethesda and another lab in Africa. The acquisition of the Cytek Aurora is essential to eliminate data variability and support ongoing research efforts within the agency’s BSL-3 laboratory. Interested vendors may express their capability to fulfill this requirement, but the government anticipates awarding the contract solely to the stated vendor within 15 days, with a projected performance period from July 15, 2025, to July 14, 2026. For further inquiries, potential suppliers can contact Danielle Tines at danielle.tines@nih.gov or Linda Smith at linda.smith2@nih.gov.