CO2 MINITRON INCUBATOR SHAKER AND INTEGRATED CO2 CONTROLS
ID: RFQ-NIAID-25-2242300Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the procurement of CO2 Minitron Incubator Shakers and integrated CO2 controls, essential for laboratory research. The requirement includes two units of the CO2 option for the new Minitron and three units of integrated CO2 control, both from INFORS HT, to support the National Institute of Allergy and Infectious Diseases (NIAID) in its research efforts. This acquisition is processed under Simplified Acquisition Procedures, emphasizing the importance of these instruments in facilitating advanced laboratory work. Interested vendors must submit their offers by October 21, 2024, at 12:00 PM EST, via the NIAID electronic Simplified Acquisition Submission System (eSASS), and can direct inquiries to Maliaka Pinkney at maliaka.pinkney@nih.gov.

    Files
    Title
    Posted
    The document outlines the "Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services," applicable from May 2024. Its primary purpose is to establish compliance for contractors with various Federal Acquisition Regulation (FAR) clauses that enforce legal provisions and executive orders related to commercial product acquisitions and services. Key clauses include prohibitions against certain confidentiality agreements, restrictions on contracting for specific technology and telecommunications services, and requirements for accelerated payments to small business subcontractors. The structure includes multiple sections detailing mandatory clauses that contractors must adhere to, including those related to labor standards, equal opportunity, and fraud protection. It also delineates the flow-down requirements, specifying which clauses must be included in subcontracts. The document emphasizes regulatory compliance, promoting ethical business practices, equal opportunity for small businesses, and environmental considerations. Overall, this contract clause serves as a mechanism to ensure that contractors engage in responsible business behavior while meeting federal standards and supporting small business initiatives in government procurement.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Service and Maintenance on 5 Liconic CO2 incubators
    Active
    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 service and maintenance for five Liconic CO2 incubators utilized in Alzheimer’s research. The procurement includes comprehensive maintenance and repair support, which encompasses preventative maintenance, software and firmware upgrades, troubleshooting, and in-house training, all performed by certified technicians from Liconic. This contract is crucial for ensuring the operational integrity of essential research equipment, thereby supporting ongoing Alzheimer’s research efforts at the NIH facility in Bethesda, Maryland. Interested parties must submit their proposals by 9:00 a.m. Eastern Daylight Time on October 22, 2024, referencing solicitation number 75N95025Q00002, and can direct inquiries to Emily Palombo at emily.palombo@nih.gov.
    In-VitroCell NU-5710 Direct Heat CO2 Incubator
    Active
    Health And Human Services, Department Of
    Combined Synopsis/Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF is seeking to procure an In-VitroCell NU-5710 Direct Heat CO2 Incubator. This item is typically used for laboratory research and is intended to replace the current incubators being utilized at NIEHS. The procurement is being conducted on a sole source basis with Nuaire, Inc. The delivery date for this purchase is September 30, 2024. Interested parties may submit a capability statement by July 25, 2024, 5:00 PM EST. For more information, please contact Brian Moyer at moyerbd@niehs.nih.gov.
    SERVICE AGREEMENT FOR FACSYMPHONY A5 SPECTRAL CELL ANALYZER AND HIGH THROUGHPUT SAMPLER
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a qualified contractor to provide a service agreement for the BD FACSymphony A5 Spectral Cell Analyzer and High Throughput Sampler. The procurement includes comprehensive coverage for parts, labor, and preventative maintenance, ensuring the operational efficiency of critical laboratory equipment used in research and diagnostics. The contract will be awarded based on technical capability and price, with a performance period from December 13, 2024, to December 12, 2025. Interested vendors must submit their quotes via the NIAID electronic Simplified Acquisition Submission System (eSASS) by October 21, 2024, at 12:00 am EST, and can contact Maliaka Pinkney at maliaka.pinkney@nih.gov for further inquiries.
    Notice of Intent for Meso Scale Discovery Sector S 600 Readers Service Contract
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source maintenance service contract with Meso Scale Diagnostics LLC for the servicing of MESO SECTOR S 600MM instruments located at its Gaithersburg, MD facility. The contract encompasses several service packages, including preventive maintenance inspections, repairs, and pre-contract inspections for specific instruments, with maintenance services set to commence between October 24, 2024, and April 17, 2025, and concluding on May 5, 2025. This procurement is critical for ensuring the operational reliability of laboratory equipment essential for research, and it mandates that vendors provide factory-trained technicians and OEM specification parts. Interested vendors must submit their capability statements and relevant documentation via the NIAID electronic Simplified Acquisition Submission System (eSASS) by 10:00 AM on October 18, 2024, as this opportunity is not a request for proposals.
    Reagent Dispenser
    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 information on domestically manufactured reagent dispensers through a Sources Sought notice. The procurement aims to identify U.S.-made products that meet stringent specifications, including features such as custom plate addition, high precision peristaltic pumping, and a dispensing volume capacity ranging from 0.5 to 2500μl, among others. This initiative underscores the importance of domestic manufacturing in scientific and medical instrumentation, aligning with the Buy American Act and Executive Order 14005. Interested vendors must submit their capability statements by October 25, 2024, to Kelly Lowe at kelly.lowe@nih.gov, ensuring compliance with the outlined requirements and confidentiality stipulations.
    Maintenance and Repair Service for the Nanopore Promethion Long Read Sequencer (Serial no: P48_051)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for the Nanopore Promethion Long Read Sequencer (Serial no: P48051). The selected contractor will provide comprehensive maintenance support, including labor, travel, replacement parts, software upgrades, and staff training to ensure the reliable functioning of this critical laboratory equipment used in aging and Alzheimer's research. This contract is anticipated to be awarded as a firm fixed-price purchase order, covering a performance period from October 28, 2024, to October 27, 2025, with four option years. Interested vendors must submit their quotations by 11:00 A.M. Eastern on October 16, 2024, to Hashim Dasti at hashim.dasti@nih.gov.
    Reagents and Consumables
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is planning to award a Firm-Fixed price purchase order for various reagents and consumables necessary for clinical patient care testing at the NIH Clinical Center. The procurement is intended to secure proprietary products from Life Technologies Corporation, which are essential for diagnosing and monitoring hematological disorders, ensuring compliance with regulatory standards, and maintaining the integrity of laboratory operations. Interested vendors capable of providing equivalent products are invited to submit capability statements by the specified deadline, with inquiries directed to Kimala Winfield at kimala.winfield@nih.gov or Malinda Dehner at dehnerm@cc.nih.gov. The acquisition will adhere to the simplified acquisition threshold and is being conducted under FAR Subpart 13.106-1(b)(i) for sole source procurement.
    Illumina, Inc MiSeq Instruments Preventative Maintenance
    Active
    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 firm fixed-price contract to Illumina, Inc. for the preventative maintenance of MiSeq Sequencing Systems located in Bethesda, Maryland. This contract is crucial for ensuring the operational integrity of the equipment, which is essential for high-resolution Human Leukocyte Antigen (HLA) typing in transplant patient testing. Illumina, Inc. is the sole manufacturer and service provider for these systems, and their maintenance is necessary to prevent warranty invalidation and ensure accurate patient test results. Interested parties may express their interest by October 21, 2024, but the decision to not pursue competitive bids will be at the discretion of the government. For further inquiries, contact Emeka Onyejekwe at emeka.onyejekwe@nih.gov.
    Maintenance and Repair Service for a 3730XL DNA Analyzer
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA), is seeking proposals for maintenance and repair services for a 3730XL DNA Analyzer, a critical piece of equipment used in ongoing research at the National Institute on Aging (NIA). The contract will cover comprehensive maintenance services, including preventative maintenance, software upgrades, and troubleshooting support, ensuring the equipment remains fully operational to support vital research activities. The anticipated contract spans a base year from November 16, 2024, with four optional renewal years, and proposals must be submitted by October 22, 2024, to Rashiid Cummins at rashiid.cummins@nih.gov. This procurement is non-competitive and is expected to be awarded to Life Technologies Corporation, the manufacturer of the analyzer.
    BD FACSLyric Flow Cytometers System Preventative Maintenance
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide preventative maintenance services for BD FACSLyric Flow Cytometers Systems. The procurement aims to ensure the continued operation and maintenance of critical laboratory equipment used in patient care and cell therapy, which includes unlimited telephone support, service visits, emergency onsite requests, software updates, and annual preventative maintenance inspections. Interested small businesses must submit a capability statement and business information by 12:00 PM Eastern Standard Time on October 17, 2024, to Sheri Eiri at sheri.eiri@nih.gov, referencing posting number 25-000245. The anticipated contract will cover a base year and four option years, starting from December 24, 2024.