FDA NCTR On-Site Pathology Services
ID: 75F40125R00059_PresolicitationType: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MEDICAL- PATHOLOGY (Q515)
Timeline
  1. 1
    Posted Apr 9, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 7:00 PM UTC
Description

The U.S. Food and Drug Administration (FDA) is preparing to solicit comprehensive on-site animal pathology services for its National Center for Toxicological Research (NCTR) to support its research programs aimed at public health protection. The required services will encompass a variety of pathology support tasks, including necropsies, histopathology, and specialized techniques such as immunohistochemistry and respiratory pathology, as dictated by research protocols from Principal Investigators. This opportunity is significant for businesses in the professional, scientific, and technical services sector, with the solicitation number 75F40125R00059 expected to be released around April 30, 2025, and a closing date set for 30 days post-release. Interested parties should monitor SAM.gov for updates and can contact Tim Walbert at timothy.walbert@fda.hhs.gov or 870-543-7267 for further information.

Point(s) of Contact
Files
Title
Posted
The U.S. Food and Drug Administration (FDA) is preparing to solicit comprehensive on-site animal pathology services for its National Center for Toxicological Research (NCTR) to support its research programs aimed at public health protection. The services required will involve a range of pathology support tasks as dictated by research protocols from Principal Investigators, including necropsies, histopathology, and various specialized techniques such as immunohistochemistry and respiratory pathology. This opportunity is open to all businesses, as the solicitation will be conducted under full and open competition, with a small business size standard of $19.5 million associated with the NAICS code 541990. The solicitation number 75F40125R00059 is scheduled for release around April 30, 2025, with a closing date of 30 days post-release. The resulting contract is expected to be structured as a Labor Hour contract, including a base year and up to four optional years. Interested parties must monitor SAM.gov for updates on this solicitation.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Illumina MiSeq Instrument Service Agreement
Buyer not available
The U.S. Food and Drug Administration (FDA) is conducting market research to identify small business sources capable of providing a service agreement for the Illumina MiSeq instrument, which is essential for the National Center for Toxicological Research (NCTR). The procurement involves a preventative maintenance and corrective maintenance service agreement, including scheduled on-site visits, unlimited technical support, and adherence to OEM specifications. This service is critical for ensuring the reliability of ongoing research at the NCTR facility in Jefferson, Arkansas. Interested parties must submit their capability statements by April 30, 2025, to Nick Sartain at nick.sartain@fda.hhs.gov, referencing NCTR-2025-128267.
Jefferson Laboratories On-Site Laboratory Equipment Maintenance, Repair, and Fabrication Services
Buyer not available
The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking proposals for on-site laboratory equipment maintenance, repair, and fabrication services at the National Center for Toxicological Research (NCTR) in Jefferson, Arkansas. The selected contractor will be responsible for maintaining and repairing a variety of laboratory instruments, ensuring compliance with safety protocols and standard operating procedures, while also providing preventive maintenance and specialized equipment design services. This contract is crucial for supporting ongoing toxicological research, as much of the equipment requires maintenance beyond manufacturer warranties. Interested parties should submit their proposals, adhering to the instructions and evaluation criteria outlined in the solicitation, with inquiries directed to Suzanne Martella at suzanne.martella@fda.hhs.gov or by phone at 870-543-7540. The contract will be awarded as a firm fixed-price agreement covering a base year and four option years, with detailed requirements specified in the solicitation documents.
“Brand Name or Equal” Emulate Inc., Chip-R1 Rigid Chips, plus Preventive Maintenance and Repair Service on Emulate Modules
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors to provide "Brand Name or Equal" Emulate Inc., Chip-R1 Rigid Chips, along with preventive maintenance and repair services for Emulate Modules. The procurement aims to support the National Center for Toxicological Research (NCTR) in evaluating a novel brain-chip system designed to assess neurotoxicity induced by CD19 CAR T-cells, which is critical for advancing research in neurotoxicology. Interested small businesses and other vendors capable of meeting the specified technical requirements are encouraged to submit capability statements by April 28, 2025, at 1:00 PM Central Time, to Warren Dutter at warren.dutter@fda.hhs.gov. This sources sought announcement does not constitute a solicitation for proposals, and no contract will be awarded from this announcement.
Q504--NEW | Dermatopathology Consultative Services | 5-Year Blanket Purchase Agreement
Buyer not available
The Department of Veterans Affairs (VA) is seeking proposals for a Blanket Purchase Agreement (BPA) to provide Dermatopathology Consultative Services over a five-year period, from June 1, 2025, to May 31, 2030. The selected contractor will be responsible for expert analysis of dermatopathology slides, ensuring a guaranteed five-day turnaround for consultation reports, and must utilize licensed professionals specializing in dermatopathology while adhering to strict security protocols for sensitive data handling. This procurement is crucial for maintaining high standards in medical services for veterans and includes a set-aside for small businesses to promote participation. Interested offerors must submit their proposals electronically by 1630 CST on May 2, 2025, and direct any inquiries to Contract Specialist Lindsey M Zwaagstra at Lindsey.Zwaagstra@va.gov or Phoebe.Farmer@va.gov by April 18, 2025.
Q515--575 Anatomic Pathology Services per Statement of Work New 5 Year Blanket Purchase Agreement
Buyer not available
The Department of Veterans Affairs is preparing to issue a Request for Quote (RFQ) for Anatomic Pathology Services through a five-year Blanket Purchase Agreement for the Western Colorado Health Care System (WCHCS), covering the period from October 1, 2025, to September 30, 2026, with four additional option years. The selected contractor will be responsible for providing comprehensive pathology services, including specimen processing, analysis, and transportation, while adhering to established industry standards and ensuring rapid turnaround times for various specimen types. This initiative is crucial for delivering efficient and high-quality pathology services to veterans, emphasizing compliance and timely reporting. Interested parties should contact Contracting Officer Lindsey Zwaagstra at Lindsey.Zwaagstra@va.gov or 303-712-5733 for further details, with the RFQ expected to be posted around May 1, 2025.
Purchase of FY25 Nanion Consumables
Buyer not available
The U.S. Food and Drug Administration (FDA) is seeking quotations for the purchase of Nanion consumables to support ion channel pharmacology experiments using the SyncroPatch 384 automated patch clamp system. This procurement aims to facilitate research on drug effects on ion channels, which is crucial for understanding drug safety and efficacy, with a contract duration of 12 months and the possibility of a 12-month extension. The selected contractor will be responsible for delivering consumables in four separate batches throughout the year, ensuring compliance with federal contracting regulations. Interested parties should direct their inquiries to Freshta Javid or L. Maria Finan by April 17, 2025, at 12:00 PM ET, and must adhere to the total small business set-aside requirements under NAICS code 334516.
Bovine Spongiform Encephalopathy (BSE) Surveillance Sample Collection
Buyer not available
The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is preparing to solicit bids for the collection of Bovine Spongiform Encephalopathy (BSE) surveillance samples from cattle across the United States. This initiative aims to gather brain stem samples from targeted cattle populations, which are subject to change based on the evolving demographics of the national cattle population. The government intends to award multiple firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contracts to vendors capable of accessing these cattle populations, with the solicitation expected to be released on or around November 20, 2024. Interested parties should monitor SAM.gov for the solicitation number 12639525Q0012 and are encouraged to reach out to Amanda Imlach at amanda.imlach@usda.gov or 978-770-3634 for further inquiries.
Base Notice: Tobacco Retailer Inspections - 75F40125R00046
Buyer not available
The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking proposals for tobacco retailer inspections under Solicitation No. 75F40125R00046. The objective is to secure third-party contractors to conduct compliance inspections of tobacco retail establishments, ensuring adherence to the Tobacco Control Act and related regulations aimed at preventing youth access to tobacco products. This solicitation emphasizes the importance of thorough inspections and documentation to support FDA enforcement actions, thereby safeguarding public health. Interested vendors must submit their proposals by April 30, 2025, with questions due by April 28, 2025; for further inquiries, contact Janice Heard at janice.heard@fda.hhs.gov or Brandon Rafus at brandon.rafus@fda.hhs.gov.
Research and Development of the FDA ARGOS System
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors for the research and development of the FDA ARGOS System, as outlined in a Sources Sought Notice. The primary objective is to enhance the FDA ARGOS database and develop bioinformatics and artificial intelligence tools to analyze genetic data, thereby improving public health preparedness and regulatory processes related to medical countermeasures against infectious diseases. This initiative is crucial for advancing diagnostic capabilities through Next Generation Sequencing (NGS) technology, which can identify microbial pathogens efficiently and accurately. Interested parties must submit their responses, including a Vendor Feedback Form, to Nicholas Bisher and Kimberly Pennix by May 2, 2025, at 2:00 PM EST, as no solicitation is currently available.
PATIENT SAFETY MONITORING IN INTERNATIONAL LABORATORIES (pSMILE)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH) and specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking qualified small businesses for a contract related to Patient Safety Monitoring in International Laboratories (pSMILE). The objective of this procurement is to enhance the capabilities of non-U.S. laboratories in conducting clinical trials in accordance with good clinical laboratory practices (GCLP), ensuring reliable test results and compliance with regulatory standards. The anticipated contract will support approximately 150 labs across 18 countries and includes key activities such as auditing lab compliance, supporting method validations, training laboratory staff, and managing a secure electronic repository for lab documentation. Interested organizations must submit detailed capability statements to demonstrate their expertise and relevant experience, with the contract expected to last for one base year and include six one-year options, potentially extending to a total of seven years. For further inquiries, contact Patrick Finn at patrick.finn@nih.gov or Robert Corno at cornorj@niaid.nih.gov.