Octet RH96 High-throughput BLI plate reader
ID: 75F40125Q00237Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFADMINISTRATION FOR CHILDREN AND FAMILIESACF OFFICE OF GOVERNMENT CONTRACTING SERVICESWashington, DC, 20201, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the Administration for Children and Families, is soliciting bids for an Octet RH96 High-throughput Biolayer Interferometry (BLI) plate reader under RFQ # 75F40125Q00237. This procurement is exclusively set aside for small businesses and aims to acquire an instrument that will support the FDA’s Center for Drug Evaluation and Research in conducting high-throughput potency assays, antibody titer measurements, host cell protein detection, and kinetic analyses. The successful bidder will be responsible for delivering the system within 60 days post-award, with installation and training to be completed within six weeks, and must comply with federal regulations regarding invoicing and labor standards. Interested parties should contact Erika Crawford at ERIKA.CRAWFORD@FDA.HHS.GOV for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Food and Drug Administration (FDA) is soliciting bids for an Octet RH96 High-throughput Biolayer Interferometry (BLI) plate reader under RFQ # 75F40125Q00237. This requirement is exclusively set aside for small businesses, with a specific NAICS code of 334516, allowing for a size standard of 1,000 employees. The instrument will support the FDA’s Center for Drug Evaluation and Research by enabling high-throughput potency assays, antibody titer measurements, host cell protein detection, and kinetic analyses. Key components include the Octet RH96 system, which must deliver accurate and non-destructive measurements with capabilities for simultaneous sample analysis. The contract period is one year from delivery, with obligations for installation, qualification, and training included. The document specifies conditions regarding invoicing through the Invoice Processing Platform, outlines applicable contract clauses, and emphasizes compliance with numerous federal regulations. Additionally, all submissions must adhere to rules set forth regarding pricing transparency and adherence to required labor standards. The timeline for delivery is crucial, with items expected within 60 days post-award and installation completed within six weeks. The success of this procurement hinges on the acceptance of deliverables by the FDA's Technical Point of Contact.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Service Agreement: ION Sequencing System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the ION Sequencing System, which includes maintenance and support for critical laboratory equipment. The contract will cover a one-year AB Assurance plan with Life Technologies/ThermoFisher Scientific, ensuring comprehensive service including parts, labor, travel for repairs, and priority technical support for the ION S5 XL and S5 Prime sequencers, as well as the Ion Chef system. This procurement is vital for maintaining the functionality of advanced sequencing equipment used in medical research, which supports various health-related studies. Interested vendors must submit their quotations by December 9, 2025, to Tina Robinson at robinsti@mail.nih.gov, referencing solicitation number 75N94026Q00008, and must comply with all applicable FAR clauses and requirements.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    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 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.
    Service Agreement for Tecan Fluent 780 Robot
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the Tecan Fluent 780 Robot. This procurement aims to ensure the maintenance and repair of the robotic system, which is crucial for laboratory operations and research activities within the NIH. The Tecan Fluent 780 Robot plays a significant role in automating laboratory processes, thereby enhancing efficiency and accuracy in scientific research. Interested vendors can reach out to Roxane Burkett at burkettr@nhlbi.nih.gov or call +1 301 435 6671 for further details regarding the solicitation.
    AB Assurance 1 PM plan for the DNA Analyzer 3730XL (UPG)
    Buyer not available
    The National Institutes of Health (NIH), specifically the Eunice Kennedy Shriver National Institute on Child Health and Human Development (NICHD), is seeking to award a sole-source contract for maintenance services for the DNA Analyzer 3730XL (UPG) from Life Technologies Corporation. The procurement involves a one-year maintenance service plan, known as the AB Assurance 1 PM plan, which is critical for ensuring the operational reliability of the DNA analyzer, a vital tool in genetic research and analysis. Interested vendors are invited to submit their quotations by December 14, 2025, at 12:00 PM EST, referencing solicitation number 75N94026Q00006, with evaluations focusing on technical capability and past performance. For further inquiries, vendors may contact Kelly Robinson at kelly.robinson@nih.gov or +1 301 435 2719.
    FDA BIMO Inspections and Compliance Support
    Buyer not available
    The U.S. Food and Drug Administration (FDA) is conducting a Sources Sought notice to identify small businesses capable of providing professional services for its Bio-Research Monitoring (BIMO) program. The FDA aims to modernize and consolidate its IT systems to enhance inspections and compliance support, requiring expertise in areas such as workflow management, data integration, and the development of a centralized BIMO database and analytics platform. This initiative is critical for improving the efficiency and effectiveness of BIMO inspections across all centers, and interested parties must submit their responses by January 5, 2026, to Michelle Dacanay at michelle.dacanay@fda.hhs.gov.
    FlowJo - Flow Cytometry Analysis Software Justification
    Buyer not available
    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.
    EZ1 & 2 DNA Blood Isolation Kit and DNA Tissue Kit
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with Qiagen for the procurement of EZ1 & 2 DNA Blood Isolation Kits and DNA Tissue Kits. These kits are critical for the ongoing clinical research and patient care at the NIH Clinical Center, particularly for Human Leukocyte Antigen (HLA) matching in transplant patients and potential donors. The kits have been extensively tested and are essential for providing high-quality DNA samples necessary for critical Next Generation Sequencing, with an estimated contract value of $29,166.25. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 13, 2025, referencing NOI-CC-26-000013.
    Preventive Maintenance and Repair service for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit (base year plus two possible one-year option years)
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking small business sources for preventive maintenance and repair services for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit. The contract will cover a base year plus two optional one-year extensions, commencing on December 30, 2025, and includes requirements for one annual on-site preventive maintenance visit, unlimited corrective repairs within three business days, the use of OEM-certified parts and technicians, unlimited software/firmware updates, and priority technical support. This service is critical for maintaining the operational integrity of the MRI unit, which is essential for research and diagnostics. Interested vendors must submit their responses, including business information and capability statements, by December 9, 2025, to Suzanne Martella at suzanne.martella@fda.hhs.gov.
    6640--BioPlex 2200 supplies
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is seeking qualified businesses to provide the BioRad BioPlex 2200 analyzer and associated supplies for the Durham VA Medical Center. The procurement aims to acquire an automated immunoassay analyzer capable of performing a wide range of tests, including Total Syphilis, 5th Generation HIV Ag/Ab, and various autoimmune assays, which are critical for enhancing operational efficiency and improving patient outcomes. Vendors must supply FDA-approved equipment and consumables, with an estimated annual testing volume of 20,000 patient tests, and the analyzer must be less than two years old. Interested parties are required to submit a capabilities statement and proof of authorized distributorship of BioRad by December 8, 2025, at 12 PM Eastern Time to Byron Brown at Byron.Brown4@va.gov.
    KHC BIOMERIEUX SUPPLIES
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service (IHS), is seeking to negotiate a non-competitive firm-fixed-price contract for supplies from Biomerieux, Inc. This procurement involves the BioFire RP2.1 Panel and Filmarray GI Panel, which are essential for the Laboratory Department at the Kayenta Health Center in Kayenta, Arizona. These diagnostic supplies play a crucial role in supporting healthcare services within the Navajo Area Indian Health Service. Interested parties other than Biomerieux, Inc. may submit a capability statement to Daisha Richards at Daisha.Richards@ihs.gov by 10:00 AM EST on December 17, 2025, although the government is not obligated to respond to submissions. The contract will span a base year plus four option years, and eligibility requirements include compliance with the Indian Economic Enterprise definition as outlined in the IHS guidelines.