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
    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
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Leica Microsystems equipment utilized by the Division of Intramural Research (DIR). This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory instruments and equipment, which are essential for ongoing research activities. The maintenance services will be performed in Rockville, Maryland, and interested vendors can reach out to Hershea Vance at hershea.vance@nih.gov or 301-761-6404, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details. The opportunity is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Renewal of Maintenance Services for Philips Imaging Equipment at the Integrated Research Facility (IRF) at Fort Detrick, Maryland
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Philips imaging equipment located at the Integrated Research Facility (IRF) in Fort Detrick, Maryland. This procurement aims to ensure the continued operational efficiency and reliability of critical imaging equipment used in research and clinical applications. The maintenance services are vital for supporting ongoing research initiatives and ensuring compliance with safety and operational standards. Interested vendors can reach out to Danielle Tines at danielle.tines@nih.gov or by phone at 406-363-9251, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details regarding the justification and approval documentation.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Health And Human Services, Department Of
    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.
    All Sites Primary Barrier Equipment and Decontamination Services
    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 firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    Notice of Intent to Sole Source – Life Technologies Corp.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Life Technologies Corporation for the procurement of reagents and consumables necessary for operating Life Technologies instruments at the NIH Clinical Center's Department of Laboratory Medicine. This acquisition is critical as the reagents have been validated for specific assays, including BCR-ABL fusion, cKIT mutation, and JAK2 mutation assays, ensuring consistency in patient testing and avoiding potential delays in patient care that could arise from switching vendors. Interested parties may express their interest and capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov, with comments due by December 17, 2025, at 12 PM EST.
    Sole Source Notice - Development and Maintenance of an Aged Rodent Tissue Bank
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source modification to the University of Washington for the development and maintenance of an Aged Rodent Tissue Bank (ARTB). This modification aims to extend the contract period by 12 months, allowing for the continued collection, storage, and distribution of biospecimens from aged rodent colonies, which is critical for supporting the National Institute on Aging's mission. The services provided under this contract are essential for ongoing research and development in health-related fields, ensuring that there is no interruption in these vital services. Interested parties may express their interest and capability to fulfill this requirement within 30 days of this notice, and should direct inquiries to Robert Bailey at rob.bailey@nih.gov or Brian O'Laughlin at olaughlinb@nida.nih.gov.
    6640--Sioux Falls Health Care System - Brand Name or Equal Supply Procurement of DORIC Fiber Photometry System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Sioux Falls Health Care System, is seeking sources for the procurement of a DORIC Fiber Photometry System, or an equivalent product, as part of a market research effort. This procurement aims to acquire essential equipment for monitoring neuronal activity and integrating optogenetics in freely moving animals, which includes a Behavior & Bundle Photometry Console, fiber light sources, various fiber optic components, imaging cubes, software, and a high-performance workstation. The system is critical for advancing research in neuroscience by enabling precise control and measurement of neural activity in relation to behavior. Interested vendors must respond by December 19, 2025, at 4:00 PM Central Time, and can direct inquiries to Contracting Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov or by phone at 319-688-3631.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.