Brand-Name or Equal Upgrade of Opera Phenix Plus with Multiple Units
ID: 75N95024Q00573Type: 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
  1. 1
    Posted Sep 5, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 5, 2024, 12:00 AM UTC
  3. 3
    Due Sep 9, 2024, 8:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the upgrade of the Opera Phenix Plus system, which includes multiple units aimed at enhancing laboratory capabilities. The procurement encompasses several specific items, including environmental control upgrades, liquid handling systems, and robotic live cell imaging components, all of which are critical for advancing high-content screening in scientific research. This acquisition is part of the NIH's commitment to support cutting-edge technology in laboratory environments, with a firm fixed-price purchase order anticipated to be awarded by September 12, 2024. 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.

Point(s) of Contact
Mark McNally, Contracting Officer
(301) 827-5869
mark.mcnally@nih.gov
Files
Title
Posted
Sep 5, 2024, 1:59 PM UTC
The document outlines a Request for Proposal (RFP) for upgrading the existing Opera Phenix Plus system at the National Center for the Advancement of Translational Sciences (NCATS). The upgrade aims to enhance capabilities in environmental control, liquid handling, live imaging, robotic plate handling, image resolution, assay sensitivity, throughput speed, and confocal capability. Key components specified in the purchase description include one each of the Opera Phenix® Plus Robot LiveCell, Environmental Control Upgrade, liquid handling system, and a 40X water objective. Salient characteristics required for equal products emphasize automation of multiplate imaging, a temperature-controlled environmental chamber, and a liquid handling system for live cell health. The quantity indicated is four specific items, with a delivery timeline of 2-3 weeks after receipt of order, directed to a specific address in Rockville, MD. This RFP highlights the need for advanced high content scanning systems in laboratory environments, underscoring the government's commitment to supporting scientific research and technology upgrades through strategic acquisitions.
Sep 5, 2024, 1:59 PM UTC
The document outlines the Federal Acquisition Regulation (FAR) clauses incorporated by reference into a government contract, which mandates contractor compliance to various legal provisions and executive orders applicable to commercial products and services acquisitions. A comprehensive list of FAR clauses is provided, spanning topics such as restrictions on subcontractor sales, whistleblower protections, reporting executive compensation, prohibitions on certain telecommunications, and requirements for small business considerations. Key provisions also address labor standards, equal opportunity mandates, and environmental considerations. The emphasis on small businesses is notable, with multiple clauses promoting participation and support for HUBZone, women-owned, and veteran-owned businesses. Additionally, clauses related to payment processes and contractor responsibilities ensure compliance with federal laws aimed at maintaining security, ethical conduct, and labor rights. This structured approach not only delineates compliance requirements for contractors but also reinforces the government's commitment to ethical practices and support for small businesses in federal contracting contexts.
Sep 5, 2024, 1:59 PM UTC
The document outlines the Invoice and Payment Provisions relevant to contractors working under federal government Purchase Orders, Task Orders, and Blanket Purchase Agreements, effective March 21, 2023. It details the invoice requirements, stating that invoices must include specific elements such as vendor contact information, unique invoice and document numbers, and relevant tax identifiers. Contractors are required to submit invoices electronically through the Department of Treasury’s Invoice Processing Platform (IPP) while providing copies to designated approvers. Payment timelines are also provided, indicating payment is due within 30 days of receipt or government acceptance of invoices. It emphasizes that interest penalties may apply if payments are delayed, contingent on certain conditions being met. An important provision for small business subcontractors stipulates that contractors must expedite payments within 15 days of receiving payments from the government. Additionally, the document includes references to relevant legislation, such as the Prompt Payment Act, highlighting the government's commitment to ensuring timely payments while maintaining precise invoicing standards. This guidance is crucial for contractors to meet compliance requirements and avoid payment delays, reflecting the federal government’s efforts toward transparency and efficiency in financial transactions.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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.
Purchase of Lab Supplies
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide various lab supplies, including cleaning and sanitation products, under solicitation number 75N98025Q00021. The procurement aims to ensure the NIH is equipped with essential supplies such as paper towels, disinfectant wipes, and hand soap, which are critical for maintaining hygiene and safety in healthcare environments. This opportunity includes a partial small business set-aside, encouraging participation from small businesses, including service-disabled veteran-owned and women-owned enterprises, with a focus on timely delivery within a 10-day timeframe. Interested vendors must submit their quotes via email by 4:30 PM Eastern Daylight Time on April 9, 2025, and can direct inquiries to Carol Hayden at haydenc@od.nih.gov.
MAINTENANCE SERVICES FOR THERMOFISHER MANUFACTURED CENTRIFUGES & INCUBATORS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), is seeking maintenance services for 23 incubators and 16 centrifuges located in Bethesda, Maryland. The procurement requires priority onsite repair during business hours, annual preventive maintenance, rapid response for corrective repairs, and unlimited phone and email support, emphasizing the critical role of these laboratory instruments in health research. Interested vendors must provide OEM authorization to deliver these services and be registered in the System for Award Management (SAM), with quotes due by April 10, 2025, under solicitation number RFQ-NIAID-25-2257534. For further inquiries, vendors can contact Leah Hinson at leah.hinson@nih.gov.
Opera Phenix Plus System Preventive Maintenance Services
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for preventive maintenance services for the Revvity Health Sciences Opera Phenix Plus System at the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) located at Fort Detrick, Maryland. The contractor will be responsible for providing comprehensive maintenance and repair services for both hardware and software components of the system, ensuring its operational status for ongoing therapeutic drug discovery projects. This equipment is critical for high-throughput/high-content imaging, supporting eight funded projects that rely on its functionality. Interested vendors should contact Shelley Wallace at shelley.a.wallace2.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil for further details, as the solicitation number HT942525R0044 is currently open for quotes.
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.
Extended Warranty and Technical Support for BBI-piPET-314-13
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA), is seeking quotations for an extended warranty and technical support for the BBI-piPET-314-13 primate PET scanner, which is crucial for conducting imaging studies on preclinical models related to substance use disorders. The procurement aims to ensure the continued high-quality performance of the scanner through a service contract that includes annual preventive maintenance, software updates, on-site diagnostic and repair services, and emergency support. This opportunity is a total small business set-aside, with a firm-fixed-price contract anticipated to cover a 12-month base period from April 18, 2025, to April 17, 2026, along with two optional 12-month extensions. Interested vendors must submit their quotes, including necessary documentation to verify business size, by April 9, 2025, to the Contract Specialist, Shaun Rostad, at shaun.rostad@nih.gov.
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.
SOURCES SOUGHT: Maintenance and Repair Service for Tecan Robotic Manipulator Arm (RoMa)
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 Tecan Robotic Manipulator Arm (RoMa) used by the National Institute on Aging (NIA). The objective is to ensure the continued functionality of this critical laboratory equipment, which supports ongoing genotyping research, through comprehensive maintenance support, including preventative maintenance, software upgrades, and technician training. Interested companies must submit a capability statement detailing their qualifications, including employee count and relevant experience, by April 7, 2025, at 11 AM Eastern Time, to Hashim Dasti at hashim.dasti@nih.gov. This opportunity is not a solicitation for proposals but a means to gauge the availability of qualified small business sources.
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
Buyer not available
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.