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
    High-content, Multiomic Imaging System for Spatial Biology Research
    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 high-content, multiomic imaging system to enhance spatial biology research focused on tick-borne infectious diseases. The procurement requires a comprehensive multiomics platform, including a widefield epifluorescence microscope, a scientific CMOS high-resolution camera, a liquid handling station, and associated software, along with installation and training services. This acquisition is crucial for advancing research methodologies in public health and will be processed under Simplified Acquisition Procedures, with a firm-fixed-price purchase order anticipated. Interested offerors must submit their quotes by September 20, 2024, and can direct inquiries to Seth Schaffer at seth.schaffer@nih.gov or Tamara McDermott at tamara.mcdermott@nih.gov.
    Spectral Flow Cytometer-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 quotes for the procurement of a spectral flow cytometer, specifically a Sony ID7000 or an equivalent model. This advanced laboratory instrument is essential for conducting high-parameter flow cytometry, enabling the exploration of over 35 markers in various experimental systems to enhance immunological research capabilities. Interested vendors must submit their quotes by September 23, 2024, with delivery of the equipment required within 60 days of award and installation to be completed by August 1, 2025. For further inquiries, vendors can contact Hershea Vance at hershea.vance@nih.gov or by phone at 301-761-6404.
    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.
    Service/maintenance agreement for Discover 2.0 and Liberty Blue HT12/Razor systems
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Center for Advancing Translational Sciences (NCATS), is seeking to award a non-competitive contract for a service and maintenance agreement for the Discover 2.0 and Liberty Blue HT12/Razor systems. This procurement aims to ensure the full functionality of these critical laboratory instruments, which are essential for NCATS's research in developing innovative diagnostics and therapeutics. The service agreement will include unlimited service visits, preventative maintenance, and support from OEM-trained engineers, ensuring the continuity and standardization of NCATS research efforts. Interested parties must submit their capability statements to Rhanda Lopez at rhanda.lopez@nih.gov by September 20, 2024, at 2:30 PM Eastern Standard Time, referencing solicitation number 75N95C24P00096.
    Mass Spectrometer
    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 quotations for a Brand Name or Equal Bruker Daltonics Mass Spectrometer Model timsTOF flex to replace a decommissioned unit within its Vaccine Production Program (VPP). This procurement is critical for maintaining and enhancing mass spectrometry capabilities that support vaccine development against infectious diseases such as HIV, Ebola, and Zika, particularly in light of recent global health challenges. The selected vendor must deliver the equipment within 30 days of contract award, and quotes are due by September 19, 2024. Interested vendors should direct inquiries to Uju Obii-Obioha at uju.obii-obioha@nih.gov or Linda Smith at linda.smith2@nih.gov for further information.
    Luminex 200
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Submarine Medical Research Laboratory (NSMRL), is seeking proposals for the procurement of a Luminex 200 Instrument System, which is essential for conducting antibody and RNA transcript analyses. This advanced analytical equipment will enable NSMRL to perform in-house biochemical analyses, facilitating the simultaneous detection of multiple proteins and gene expression, thereby improving the health and performance of Navy divers and submariners by addressing risks associated with oxygen toxicity and decompression stress. Interested contractors must submit their proposals by 8:00 AM on September 20, 2024, including detailed pricing and compliance with federal regulations, with a total funding amount of $63,000 for this sole source procurement from Thermofisher Scientific. For further inquiries, interested parties should contact Jessica Lindner at jessica.c.lindner2.civ@us.navy.mil.
    Tecniplast Caging Equipment 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 qualified vendors to provide Tecniplast caging equipment or equivalent products for the National Institute of Neurological Disorders and Stroke (NINDS). The procurement aims to replace worn-out caging systems used for housing rodents, which are essential for various research programs, and includes specific requirements for Tecniplast 1145T Blue Line mouse cages, Green Line rat cages, and associated logistics equipment. This contract is set aside for small businesses and will follow simplified acquisition procedures, with a base period of six months and two one-year options, emphasizing firm-fixed pricing. Interested parties must submit their proposals by September 19, 2024, and can contact Frederick Weddington at frederick.weddington@nih.gov or 301-594-6835 for further information.
    Automated 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 the procurement of two automated liquid handling systems, either brand name or equal, to support the Vaccine Production Program (VPP) at the National Institute of Allergy and Infectious Diseases (NIAID). These systems are critical for high-throughput, microscale protein purification and product characterization, which are essential for developing vaccines against various pathogens, including HIV and SARS-COV-2. Interested vendors must submit their quotes by 12:00 PM EST on September 23, 2024, to Daveta H. Brown at daveta.brown@nih.gov, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
    BURGHART MESSTECHNIK
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institutes of Deafness and Other Communication Disorders (NIDCD), intends to issue a sole source contract for the procurement of specialized laboratory equipment from Burghart Messtechnik. The requirement includes odor delivery systems, olfactometers, EEG systems, a breathing sensor, a gustometer, and associated commissioning and training services, all tailored for recording olfactory and gustatory evoked potentials. This equipment is critical for advancing research in sensory processing and communication disorders. Interested parties may submit capability statements by September 24, 2024, to demonstrate their ability to meet the specified requirements, with inquiries directed to Shanell Bradley at shanell.bradley@nih.gov or by phone at 301-451-4732.