SOURCES SOUGHT: Luminescence reader for tissue explants
ID: 75N95024Q00505Type: Sources Sought
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
  1. 1
    Posted Aug 7, 2024, 12:00 AM UTC
  2. 2
    Updated Aug 7, 2024, 12:00 AM UTC
  3. 3
    Due Aug 21, 2024, 3:00 PM UTC
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
Sep 3, 2024, 7:04 AM UTC
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.
Sep 3, 2024, 7:04 AM UTC
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.
Sep 3, 2024, 7:04 AM UTC
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.
Sep 3, 2024, 7:04 AM UTC
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.
Sep 3, 2024, 7:04 AM UTC
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.
Sep 3, 2024, 7:04 AM UTC
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
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
NULISAseq CNS Disease Panel 120 Kit or Equivalent
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking information from qualified sources regarding the availability of the Alamar NULISAseq CNS Disease Panel 120 Kit or equivalent products. The objective is to procure three kits to aid in the investigation of biomarkers for neurodegenerative diseases, which are critical for early diagnosis and potential preventive measures. This procurement is essential for the NIH's Laboratory of Clinical Investigation, which focuses on isolating and measuring biomarkers from patient plasma to improve disease detection and management. Interested companies must submit their capability statements by April 11, 2025, to Eric McKay at eric.mckay@nih.gov, ensuring they include relevant details such as their business type and manufacturing information.
Preventative Maintenance Agreement for Various Instruments in the Department of Laboratory Medicine
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a firm-fixed-price purchase order for a preventative maintenance agreement for various laboratory instruments located in the Department of Laboratory Medicine. The procurement involves maintenance services for specific proprietary instruments, including the 7500 FAST Real-Time PCR Systems and the 3500xL Genetic Analyzer, which are critical for the rapid detection of infectious agents from clinical samples. The performance period for this contract is set from May 1, 2025, to April 30, 2030, with a total funding amount not exceeding $250,000. Interested parties are encouraged to submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 14, 2025, at 6:30 AM EST, as this is not a request for quotation.
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
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 soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
SOURCES SOUGHT: Maintenance and Repair Service for an Automated Liquid Handling System
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified small businesses to provide maintenance and repair services for a Microlab VANTAGE 1.3 Automated Liquid Handling System utilized by the National Institute on Aging (NIA) for neurodegenerative disease research. The procurement aims to ensure the system's continuous operation through preventative maintenance, repairs, and software updates, with a contract period spanning from June 17, 2025, to June 16, 2029, including options for extensions. This specialized maintenance support is critical for facilitating ongoing research efforts in Alzheimer's and related dementias, adhering to federal regulations and performance standards. Interested parties must submit their capability statements to Rashiid Cummins at rashiid.cummins@nih.gov by April 8, 2025, at 9:00 am Eastern Time.
Combined Synopsis/Solicitation Confocal Microscope System
Buyer not available
The National Institute of Standards and Technology (NIST) is soliciting quotations for an automated high-speed confocal microscope system under RFQ number 1333ND25QNB030114. This procurement aims to acquire a sophisticated imaging system capable of analyzing biomolecules such as proteins and DNA, which is critical for advancing semiconductor technology as part of the CHIPS program. The system will enhance measurement science in the semiconductor supply chain, requiring high spatial resolution and multiple imaging modalities, while ensuring compliance with federal procurement regulations. Interested vendors must submit inquiries to Nina Lin or Tracy Retterer and provide firm-fixed-price quotations by April 14, 2025, at 9 AM ET, with all submissions adhering to specified guidelines and requirements.
Plasma assays of Alzheimer’s disease biomarkers (abeta42, abeta40, ptau217 ) using the Lumipulse assays on the Fujirebio G1200 in the Baltimore Longitudinal Study of Aging (BLSA)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to perform plasma assays of Alzheimer’s disease biomarkers (abeta42, abeta40, ptau217) using Lumipulse assays on the Fujirebio G1200 for the Baltimore Longitudinal Study of Aging (BLSA). The contractor will analyze approximately 4,000 serum/plasma samples, employing senior research specialists to ensure continuity and consistency with prior assays, ultimately contributing to the understanding of cognitive decline and Alzheimer’s disease. This procurement is critical for advancing research on early identification and treatment of Alzheimer’s and related dementias, with a contract period anticipated from May 1, 2025, to April 30, 2026. Interested parties must submit their proposals by 9:00 a.m. EDT on April 11, 2025, to Emily Palombo at emily.palombo@nih.gov.
Notice of Intent for LSRFortessa Service Agreement
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is issuing a Notice of Intent to negotiate a service agreement for preventive maintenance of BD Biosciences scientific equipment. The procurement requires comprehensive maintenance services, including biannual preventive maintenance inspections, software updates, unlimited service visits by OEM technicians, guaranteed replacement parts (excluding third-party items), and a 48-hour emergency response support, all compliant with Biosafety Level 2 standards. This maintenance is crucial for ensuring the operational integrity of essential scientific equipment used in research. Interested vendors may submit capability statements via the NIAID electronic submission system by April 7, 2025, and must include authorization from BD Biosciences to be considered. For further inquiries, contact Leah Hinson at leah.hinson@nih.gov.
Toxicity testing on a new PET ligand for the NIH
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a toxicity testing service on a new PET ligand, Fluorine-18-Fluorocellobiose, as part of the requirements for an Investigational New Drug (IND) application to the FDA. The project entails conducting a single-dose toxicity study in Sprague Dawley rats to assess potential toxic effects, establish the maximum tolerated dose (MTD), and determine the no observable adverse effect level (NOAEL), all under Good Laboratory Practice (GLP) conditions. This initiative is crucial for advancing biomedical research and improving imaging techniques in the diagnosis and treatment of infectious diseases. Interested parties must submit their proposals by April 4, 2025, with the contract period expected to last for one year, and inquiries can be directed to Lu Chang at lu-chang.lu@nih.gov.
Sources Sought Notice for purchase of a High radiance UV-NIR light source with Monochromator
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking vendors for a high radiance UV-NIR light source with a monochromator to support biotechnology research in gene therapy manufacturing. This procurement aims to acquire a light source that is crucial for measuring the refractive indices of nanoparticles used in light scattering microscopy and for characterizing individual nanoparticles with dark-field microscopy, with specific requirements for broadband spectral output from 350 nm to 1000 nm, monochromator integration, automated control, and software compatibility. Interested vendors are invited to submit detailed information about their products, including technical specifications, performance capabilities, business status, customer history, and any additional services such as installation and training. For further inquiries, vendors can contact Forest Crumpler at forest.crumpler@nist.gov, and they must ensure registration in the System for Award Management (SAM) to be eligible for future solicitations.
Acquisition of Microwave Synthesis Vials and Low Volume Recovery Vials
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to acquire Microwave Synthesis Vials (MRVs) and Low Volume Recovery Vials (HRVs) through a non-competitive procurement process. This acquisition aims to enhance laboratory efficiency by providing specialized vials designed for microwave-assisted chemical reactions and minimizing sample loss during handling. The MRVs are crucial for accelerating chemical reactions, while the HRVs ensure the integrity of valuable samples in analytical processes. Interested vendors must submit their proposals electronically by April 3, 2025, to Nicholas Niefeld at nick.niefeld@nih.gov, with an anticipated delivery timeframe of eight weeks after award. The procurement is being conducted under solicitation number 75N95025Q00151, with a focus on technical capability and past performance as evaluation criteria.