Luminescence reader for tissue explants
ID: 75N95024Q00505Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NIDABethesda, MD, 20892, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The National Institutes of Health (NIH) is seeking proposals for the procurement of a luminescence reader for tissue explants, aimed at supporting research on dietary interventions in aging mice. The required equipment must provide high-throughput luminometry capabilities for self-luminous tissues, ensuring reliable and real-time measurements over extended periods, which is critical for circadian and longitudinal aging studies. This acquisition is essential for the NIH's ongoing research efforts at the National Institute on Aging, with a firm fixed-price purchase order anticipated to be awarded, and delivery expected within 60 days after receipt of order. Interested vendors must submit their quotations by 11:00 A.M. Eastern on September 9, 2024, to Hashim Dasti at hashim.dasti@nih.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," required for federal contract offers. It emphasizes that entities must disclose whether they provide or use covered telecommunications products or services that fall under the prohibitions of the John S. McCain National Defense Authorization Act of 2019. Key elements include an offeror's responsibilities regarding representations and disclosures related to covered equipment or services. Offerors are directed to check the System for Award Management (SAM) for any exclusions pertinent to these categories. Specific procedures detail what information must be disclosed based on the offeror's responses about the use of such equipment or services. This provision is crucial to ensuring compliance with federal restrictions aimed at safeguarding national security against potential risks posed by certain telecommunications equipment. Overall, the document underscores the importance of transparency and accountability in contracting practices to mitigate risks associated with technological components.
    The provision 52.204-26 focuses on the representation regarding "covered telecommunications equipment or services" in government contracting. It defines key terms, referencing the definitions in clause 52.204-25, which prohibits contracting for certain telecommunications and video surveillance equipment. Offerors are required to verify and declare whether they provide or use any covered telecommunications equipment or services as part of their offerings to the government. This includes conducting a reasonable inquiry into their compliance with the established requirements and checking the System for Award Management (SAM) for excluded parties related to such services. A certification from an authorized individual, including their name, signature, title, and the organization’s name, is mandated to affirm the representation made. This provision is integral to ensuring that federal contracts do not involve prohibited telecommunications products, thereby safeguarding the integrity and security of government operations.
    The document serves as an addendum to FAR 52.212-4, outlining the terms and conditions regarding commercial items in government contracts. It establishes the order of precedence for resolving inconsistencies within the solicitation or contract, with a specific hierarchy listed. A significant focus is on “commercial supplier agreements,” which are vendor-offered terms intended to create legal obligations for government end-users, particularly in IT contracts. Key provisions include: - Government obligations remain intact during supplier disputes, adhering to federal law rather than state or local law. - Suppliers cannot unilaterally modify agreements in material ways after contract signing; any significant changes must involve the government’s approval. - Automatic renewals of licenses or services are prohibited without government consent. - Clauses regarding confidentiality, audits, and indemnification are modified to preserve federal interests. The document emphasizes the unique relationship between commercial suppliers and government entities, ensuring compliance with federal regulations and protecting government rights. This framework is crucial in managing vendor relationships and safeguarding government interests during procurement and contract execution.
    This document outlines the Federal Acquisition Regulation (FAR) clauses applicable to contracts focused on the acquisition of commercial items and services. It specifies compliance requirements for contractors, including various prohibitions, business ethics guidelines, and subcontractor regulations aimed at maintaining transparency and integrity in government contracting. Critical clauses include restrictions on contracting with specific foreign entities, mandates for subcontractor payments, and equal opportunity employment provisions. Additionally, the document emphasizes the importance of small business participation and introduces several provisions aimed at protecting whistleblower rights within contractors. Overall, this document serves as a comprehensive guide for ensuring compliance with federal laws and regulations throughout the procurement process, aimed at fostering ethical conduct and promoting equitable opportunities in federal contracting. It highlights the need for adherence to statutory requirements and outlines the responsibilities of contractors in maintaining compliance across various operational aspects.
    The document outlines the "Trade Agreements Certificate" required for federal solicitations, ensuring compliance with trade laws. It mandates that offerors certify their end products as either U.S.-made or from designated countries, in line with specific trade agreements. If the products do not meet these criteria, offerors must disclose them by listing their country of origin. The government evaluates these offers according to the Federal Acquisition Regulation, specifically part 25, prioritizing U.S.-made or designated country products unless insufficient offers are available. This provision safeguards domestic interests while adhering to international trade obligations, reflecting a structured approach to federal procurement in compliance with trade regulations.
    The document outlines the invoice and payment provisions for contractors working with federal agencies, specifically focusing on the National Institutes of Health (NIH) requirements. It details the criteria for submitting proper invoices, including essential elements such as contractor information, invoice digits, contract numbers, unique identifiers, and detailed descriptions of services or supplies provided. Timelines for payment processing are specified, noting that payments are due 30 days after receipt of a valid invoice or government acceptance of services rendered. Interest penalties for delayed payments are addressed, emphasizing specific criteria for automatically accruing penalties based on proper invoice submission. The provision for accelerated payments to small business subcontractors is included, reinforcing the goal of prompt payment practices. Additionally, electronic submission of payment requests through the Department of Treasury’s Invoice Processing Platform (IPP) is mandated, with alternate procedures outlined only under written authorization from the Contracting Officer. The document serves as a comprehensive guide to ensure compliance with invoicing standards in federal contracts, particularly for federal grants and RFPs, and promotes fiscal responsibility and transparency in government dealings.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Brand-Name or Equal Axion Biosystems 48-well microelectrode array plates for the National Center for Advancing Translational Sciences
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) is seeking proposals for the procurement of Axion Biosystems 48-well microelectrode array plates, specifically the CytoView MEA 48 model, as part of a project aimed at evaluating the safety of antisense oligonucleotides in neurological treatments. The acquisition includes 10 boxes of these plates, which are crucial for conducting neurotoxicity screening assays by recording neuronal electrical signals, thereby facilitating both acute and chronic toxicity assessments. Interested vendors must submit their quotations by 4:00 PM EDT on September 9, 2024, to the Contracting Officer, Mark McNally, at mark.mcnally@nih.gov, with the anticipated award date set for September 12, 2024. The procurement is expected to follow simplified acquisition procedures, with no set-aside restrictions, and the total price must encompass all shipping and handling costs.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.
    Surface Plasmon Resonance (SPR) Instrument- Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for a Surface Plasmon Resonance (SPR) Instrument, either brand name or equal, to support its Vaccine Research Center's structural biology efforts. The procurement aims to acquire a high-throughput SPR instrument that meets specific technical requirements, including dimensions, weight, temperature ranges, and data collection capabilities, to facilitate biophysical and structural analysis of macromolecules. This equipment is critical for advancing research in infectious diseases and vaccine development. Interested vendors must submit their quotes by 4:30 PM EST on September 19, 2024, to Hershea Vance at hershea.vance@nih.gov, and ensure compliance with all specified requirements and clauses outlined in the solicitation documents.
    Qiagen Real Time Semi-Quantitative PCR (RT-qPCR) and Digital PCR (dPCR) System or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a Qiagen Real Time Semi-Quantitative PCR (RT-qPCR) and Digital PCR (dPCR) System or an equivalent product. The procurement aims to support research into neurodegenerative diseases and retroviral infections, requiring a system with multiplex capability for detecting five gene targets, automated operation, low variability in results, and a compact size not exceeding 16” x 28” x 20”. Proposals must be submitted by 9:00 a.m. Eastern Time on September 17, 2024, and should include a completed copy of certain FAR clauses and the Unique Entity ID. For further inquiries, interested parties can contact Frederick Weddington at frederick.weddington@nih.gov or by phone at 301-594-6835.
    59--NADH/FAD+ Fluorescence lifetime imaging and mScarlet Oxygen Probe
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the procurement of NADH/FAD+ Fluorescence lifetime imaging and mScarlet Oxygen Probe. This presolicitation aims to acquire specialized electronic components that are critical for advanced imaging techniques in biomedical research. The goods and services sought are essential for enhancing the understanding of cellular processes and oxygen dynamics in various health-related studies. Interested vendors can reach out to Moses Amawudah at moses.amawudah@nih.gov for further details regarding the procurement process.
    ZEISS DISCOVERY V12 DISSECTING AND ZEISS STEMI 305 DISSECTING SCOPE MICROSCOPES
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking quotes for the procurement of Zeiss Discovery V12 Dissecting and Zeiss Stemi 305 Dissecting Scope Microscopes. This acquisition, which falls under the NAICS code 334516 for Analytical Laboratory Instrument Manufacturing, requires specific brand-name equipment to support the National Institute of Allergy and Infectious Diseases (NIAID) in its research activities. The contract will be awarded based on technical capability and price, with a submission deadline of September 16, 2024, at 5:00 PM EST. Interested vendors should direct inquiries to Maliaka Pinkney at maliaka.pinkney@nih.gov or Jesse D Weidow at weidowjd@niaid.nih.gov, and must submit their offers via the NIH's Simplified Acquisition Submission System (eSASS).
    SOURCES SOUGHT: Maintenance and Repair Service for the Nanopore Promethion Long Read Sequencer
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide maintenance and repair services for the Nanopore Promethion Long Read Sequencer. The primary objective is to ensure the reliable functioning of this critical laboratory equipment, which supports ongoing research at the National Institute on Aging, particularly in neurogenetics and Alzheimer's disease studies. The selected contractor will be responsible for preventative maintenance, software upgrades, and troubleshooting, with a requirement for OEM-certified parts and factory-trained technicians. Interested parties must submit their capability statements to Hashim Dasti at hashim.dasti@nih.gov by September 18, 2024, at 11 AM Eastern Time, adhering to specified formatting guidelines.
    Alto Instrument with Nicosystem Pro - Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotations for the procurement of two biolayer interferometer instruments, either brand name or equal, to support monoclonal antibody and vaccine development projects at its Vaccine Research Center. The instruments must meet specific technical requirements, including high-throughput capabilities, integration with existing liquid handling systems, and user-friendly analysis software, to facilitate the efficient quantification of proteins and other biological samples. Interested vendors must submit their quotes by September 17, 2024, with delivery expected within 30 days post-award, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Hershea Vance at hershea.vance@nih.gov or Linda Smith at linda.smith2@nih.gov.
    Zeiss Arivis Pro Analysis + VR ACA Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health, is seeking proposals for the acquisition of the Zeiss Arivis Pro Analysis + VR ACA Software, a specialized tool for quantitative analysis of LSM confocal 3D images. This procurement aims to enhance research capabilities at the National Institute on Aging by providing a unique virtual reality interface that allows for intuitive manipulation of digital imagery, thereby improving efficiency and accuracy in data analysis. The contract is expected to be awarded as a firm fixed-price purchase order, with a delivery timeline of 60 days after receipt of the order. Interested vendors must submit their quotations by 4:00 PM Eastern Time on September 17, 2024, to Claudia Ventola at claudia.ventola@nih.gov.
    Ambr 250 or Equal High Throughput Bioreactor System for NIAID VPP
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of two Ambr 250 or equivalent high-throughput bioreactor systems for its Vaccine Production Program (VPP). The primary objective is to replace aging equipment that has caused operational delays, thereby enhancing the efficiency of the Cell Culture Development team in their mission to develop vaccines for critical pathogens such as HIV and Ebola. This acquisition is vital for maintaining uninterrupted research operations and ensuring timely project milestones. Interested vendors must submit their quotes by 3:00 PM EST on September 17, 2024, to Kathy Song at kathy.song@nih.gov, and must comply with all specified technical requirements and federal contracting regulations.