75N93025R00013 - Medical Residents for NIH's Clinical Center
ID: 75N93025R00013Type: Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

MEDICAL- GENERAL HEALTH CARE (Q201)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 7:00 PM UTC
Description

The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for the provision of Medical Residents at its Clinical Center in Bethesda, Maryland. The contract, identified as RFP No. 75N93025R00013, aims to enhance clinical care for adult and pediatric inpatients involved in research, requiring contractors to supply up to four postgraduate medical residents who will deliver essential medical services. Proposals must be submitted by April 14, 2025, with a total contract value ranging from $2,000 to $7,500,000 over a performance period from May 31, 2025, to May 30, 2030. Interested parties can direct inquiries to Sevag Kasparian or Maya Joseph via their respective emails for further clarification on the proposal requirements.

Point(s) of Contact
Files
Title
Posted
Apr 9, 2025, 9:08 PM UTC
This document is Amendment #1 for RFP No. 75N93025R00013, titled "Medical Residents for NIH Clinical Center," issued by the NIH. The amendment, dated April 4, 2025, provides responses to questions from potential offerors and includes an additional attachment for submission. The response date remains April 14, 2025. Key clarifications include that offerors must submit a Sample Task Order as part of their Technical Proposal, adhering to specific formatting guidelines provided in the attachments. Resumes for key personnel must be submitted, along with responses to Section 4 of Attachment 5 regarding experience, though no resumes are required for Postgraduate Medical Residents. Discrepancies in page limits for technical proposals are addressed, confirming that attachments dictate the correct limits. The NIH-2043 form required for submissions is attached to this amendment. Furthermore, it is confirmed that Section 7 regarding "Other Considerations" does not require a response. In conclusion, this amendment provides essential instructions and clarifications to facilitate potential offerors in preparing their proposals while ensuring compliance with NIH submission guidelines.
Apr 9, 2025, 9:08 PM UTC
Amendment #2 to RFP No. 75N93025R00013 addresses the procurement of medical residents for the NIH Clinical Center. Issued on April 9, 2025, this amendment clarifies responses to offerors' questions regarding the solicitation. The main point states that more than one Indefinite Delivery Indefinite Quantity (IDIQ) contract may be awarded, with a total of up to four medical residents across all potential awards. Offerors must include costs per resident in their proposals. Additionally, the amendment specifies that a complete credentialing packet for each resident must be submitted at least 90 days prior to the start of their residency, which is set for May 31, 2025. The amendment reassures that the government is flexible in cases where immediate submission is not possible. Background checks will be part of the requirements for all personnel involved in the contract. This document emphasizes the importance of timely submissions and thorough understanding of the credentialing process, ensuring compliance with the terms of the contract while facilitating clear communication between the NIH and potential contractors.
Apr 9, 2025, 9:08 PM UTC
This document outlines the requirements for packaging and delivering proposals using the NIH electronic Contract Proposal Submission (eCPS) platform. Proposals must be submitted solely through the eCPS website, with a strict prohibition on facsimile or email submissions. It emphasizes the importance of timely submission, as late proposals will not be considered, per governing regulations. Offerors must prepare separate PDF files for both the Technical and Business Proposals, ensuring that they are searchable and follow specific naming conventions including the offeror's name and solicitation number. The document stipulates formatting requirements such as page size, font size, spacing, and margins, which, if not adhered to, could lead to proposals being disregarded. Additionally, it imposes a total limit of 35 pages for the Technical Proposal, excluding certain front matter, with Curriculum Vitae restricted to three pages. This guidance aims to streamline the proposal submission process, enhancing clarity and adherence to federal regulations in the RFP context.
Apr 9, 2025, 9:08 PM UTC
The document provides detailed instructions for submitting invoices and financial reports related to cost-reimbursement contracts awarded by the National Institutes of Health (NIH). The primary focus is on the format, frequency, and content requirements for payment requests made by contractors. Key points include the necessity of using a contractor's self-generated invoice or Standard Form 1034, the submission of payment requests no more frequently than biweekly (unless submitted by small businesses), and guidelines on reporting incurred costs. It specifies the organization of invoices, necessitating clear identification of the billing office, contractor details, contractual financial data, and itemized costs across direct and indirect expenses. The contractor is required to certify the correctness of the invoice and maintain detailed records of costs incurred, including labor, materials, travel, and subcontractor expenses. The instructions also encompass guidelines for billing adjustments, categorization of expenditures, and necessary certification details. Overall, this document serves as a comprehensive resource for contractors to ensure compliance with NIH financial reporting requirements and to facilitate proper and timely reimbursement for incurred costs.
Apr 9, 2025, 9:08 PM UTC
The Form NIH 2706, "Financial Report of Individual Project/Contract," serves as a financial and personnel management tool for both the NIH and contractors. Its main purposes include monitoring resource application, providing contractors with usable management data, identifying potential contract issues related to costs and personnel, and facilitating detailed analysis of discrepancies between actual and projected financial performance. Reporting requirements entail submitting an original and two copies of the completed form to the contracting officer within 30 working days post-reporting period. The form requires contractors to categorize expenditures thoughtfully across various elements, such as personnel, supplies, travel, and indirect costs, with clear definitions and specific reporting columns outlined. Additionally, any variances exceeding ten percent require explanations to ensure alignment with contract negotiations. Overall, this form is essential for compliance in the context of government contracts, ensuring transparency and accurate reporting, integral for federal grants and RFP processes at various government levels.
Apr 9, 2025, 9:08 PM UTC
The document outlines the Financial Report of Individual Project/Contract using NIH Form 2706, a requirement by the National Institutes of Health (NIH). This form is intended for reporting financial information related to specific projects or contracts funded by the NIH. Key elements include contract identification details, reporting periods, and a breakdown of incurred costs, such as cumulative costs from previous periods and current expenditures. Additionally, the form includes sections for estimating costs to complete the project, the total negotiated contract amount, and any financial variances. The structure is regulatory, guiding contractors on how to accurately report financial data to ensure accountability and transparency in federal funding management. By utilizing this form, recipients of NIH funding must ensure compliance with reporting obligations, essential for the proper oversight of taxpayer dollars within the realm of federal grants and agreements.
Apr 9, 2025, 9:08 PM UTC
The Employee Separation Checklist is a procedural document outlining the necessary actions to be taken upon the departure of staff members, categorized into friendly and unfriendly separations. For friendly separations, actions include removing network access, collecting authentication tokens, and briefing the departing employee on confidentiality responsibilities. In the case of unfriendly separations, immediate disabling of access privileges and notifying relevant security and IT personnel are crucial steps. The document emphasizes the importance of returning government property, assessing the employee’s risk level to the government, and ensuring proper procedures for personal computer clean-up. Authorization and certification from an individual within the contracting organization are required to confirm completion of these processes. The aim of this checklist is to maintain security and protect sensitive information during staff transitions, aligning with federal and state protocols within the context of government RFPs and grants, ensuring compliance and safeguarding governmental assets.
The document serves as a proposal summary and data record for a Request for Proposal (RFP) issued by the National Institutes of Health (NIH) under the Department of Health and Human Services. It outlines key information required from the offeror, including project title, legal name, type of contract (such as cost-reimbursement or fixed price), proposed timeline, and estimated direct costs. The proposal must state whether it includes a subcontract and provide details about key personnel, including the principal investigator and co-investigators, along with their contact information and working hours. Important compliance aspects regarding human subjects and vertebrate animals are specified, requiring disclosures on Institutional Review Board (IRB) and Institutional Animal Care and Use Committee (IACUC) reviews. Additionally, it includes sections for acknowledging amendments to the RFP and a section for the offeror to confirm details related to their organization, including the number of employees and annual dollar volume of business. This form is critical for structuring funding applications and ensuring adherence to regulatory and ethical standards in research proposals submitted for government funding.
Apr 9, 2025, 9:08 PM UTC
The Proposal Intent Response Form is a document related to a Request for Proposal (RFP) process, aimed at gathering expressions of intent from potential bidders. It provides a structured way for respondents to indicate whether they intend to submit a proposal for the RFP mentioned. The form includes options for intending to submit or opting out, with a request for reasons if not participating. Key contact information is required from the potential respondent, including their name, title, organization, and email address. The submission deadline for this intent form is specifically noted as March 19, 2025. This form aids contracting officers in planning for proposal evaluations by estimating the number of responses and managing the RFP process effectively. Its overall purpose is to facilitate communication and streamline administrative planning in governmental contracting scenarios.
Apr 9, 2025, 9:08 PM UTC
The file outlines the scope and requirements for a contract providing Postgraduate Medical Residents for the NIH’s Clinical Center, specifically under the National Institute of Allergy and Infectious Diseases (NIAID). The contract aims to enhance clinical care for adult and pediatric inpatients involved in NIAID research, leveraging postgraduate residents instead of clinical training fellows. The contractor is required to deliver a maximum of four residents daily, available for a minimum of 80 hours per week, with residents expected to respond on-site within an hour when called. Each resident will typically start as a PGY-2 and may extend into PGY-3 rotations, initially rotating for at least 28 consecutive days. The contractor must maintain a quality control program to ensure compliance with contract standards and provide medical care on designated holidays. Services are to be performed at the NIH Clinical Center in Bethesda, Maryland, with security and physical safeguarding measures for government property. The government provides essential medical supplies, office space, and parking for residents, facilitating their ability to deliver patient care effectively. This contract is pivotal in bolstering healthcare services at the NIH while ensuring a structured approach for managing medical residents in clinical research settings.
Apr 9, 2025, 9:08 PM UTC
The National Institutes of Health (NIH) is issuing a Task Order for the provision of postgraduate physician residents (PGY-2) for its Clinical Center. The contractor is required to deliver essential services, qualified personnel, materials, and facilities for clinical patient care. Each resident will provide approximately 80 hours of weekly professional services and must report to the NIH campus within an hour of notification. Key technical requirements include performing patient evaluations, dictating discharge summaries, and ensuring compliance with administrative tasks such as the submission of rotation schedules and credentialing packets at least 90 days prior to rotations. The contractor must manage the resident program effectively, maintaining communication with the NIH’s Contracting Officer Representative (COR). The project allows the government to extend the contract for up to five years, ensuring continuity in resident services. Contractors are expected to deliver monthly progress reports and a final report detailing performance results. Thorough quality assurance measures are outlined, along with requirements for liability insurance and regular meetings with NIH representatives to discuss contract performance. This document serves to outline the expectations for potential contractors as part of a federal Request for Proposals (RFP), emphasizing the importance of qualified healthcare professionals in supporting NIH's clinical obligations.
The document outlines the additional technical proposal instructions for the NIH Clinical Center's Request for Proposal (RFP) No. 75N93025R00013, focusing on securing medical residents. It establishes a structured format for the Technical Proposal, instructing offerors to adhere closely to the outlined sections to ensure compliance and clarity. The key components include a title page, a technical overview detailing proposed activities and subcontractor involvement, a comprehensive technical plan addressing the Statement of Work, and contract management details emphasizing staff qualifications and management strategies. Offerors must include past performance on similar contracts and outline options for extending the contract period. Overall, this RFP seeks to engage qualified contractors with demonstrated expertise to fulfill specific staffing needs and maintain high standards throughout the contract's duration, emphasizing careful adherence to outlined guidelines and criteria for evaluation. The instructions aim to facilitate a uniform approach among bidders to streamline proposal assessment and ensure consistent quality in delivered services.
The document outlines additional instructions and uniform cost assumptions related to a government Request for Proposals (RFP) for medical residents at the NIH’s Clinical Center (RFP Number: 75N93025R00013). It emphasizes the necessary elements to be included in the written business proposal, guiding offerors to pay close attention to the Statement of Work and evaluation criteria. The proposal must include prescribed sections, starting with a cover sheet and comprehensive cost or price support documentation. It specifies that the contract will be firm-fixed price for a base period of one year, with potential options for extension. Offerors are required to provide separate fixed-price line items for various costs, including labor for Post Graduate Medical Residents, project management services, and other direct costs capped at $25,000 per resident annually. Finally, the document stresses the importance of clear and organized documentation as per the solicitation guidelines to ensure all required materials are easily referenced within the proposal. This comprehensive approach aims to facilitate an effective selection process for contractors delivering these medical services.
Apr 9, 2025, 9:08 PM UTC
The document serves as an instructional guide for organizations submitting proposals in response to federal RFPs. It outlines the use of an Excel file designed to assist in preparing cost proposals for government contracts, emphasizing the importance of accurate documentation and adherence to specified methods of tracking labor (by either hourly rates or percent of effort). The file includes sections for direct labor costs, fringe benefits, materials, and supplies, among other cost elements, with clear instructions for filling out each section based on current rates and supporting documents. Accepted documentation types are specified for both current employees and prospective hires. Additionally, the document contains resources and contact information for inquiries related to indirect rates and contracting. Importantly, it highlights that inadequate preparation can slow the proposal review process, and users are encouraged to adapt the spreadsheet according to their needs while ensuring that all data is accurately presented to facilitate efficient contract evaluation. The overarching aim is to streamline the proposal submission process, ensuring compliance with government funding requirements and enhancing the chances of award.
The document outlines the **Disclosure of Lobbying Activities** as mandated by 31 U.S.C. 1352, requiring entities involved in federal actions to report any lobbying efforts. The form aims to capture relevant details about the federal action, including its type, status, and report type, which encompasses contracts, grants, and loans. Reporting entities must provide comprehensive information about their organization, including name, address, and Congressional district, along with information about any prime recipients if applicable. Additionally, it requires identification of the federal department involved, program details, and award amounts. The lobbying registrants must disclose their identities and roles in influencing the federal action. The document also underscores the importance of maintaining compliance with lobbying regulations, highlighting potential penalties for failing to file accurate disclosures. It serves as a transparent mechanism for tracking lobbying activities tied to federal funding, ensuring accountability and oversight within federal contracting and grant processes. The requirements set forth herein facilitate public access to information regarding lobbying engagements that may affect government decisions and funding allocations.
Apr 9, 2025, 9:08 PM UTC
The document outlines the requirements for contractors and subcontractors who may access non-public information while working with the National Institutes of Health (NIH). It mandates the signing of a Non-Disclosure Agreement (NDA) to commit to protecting this sensitive information, detailing obligations and procedures for reporting unauthorized disclosures. For NIH contractors registered in the NIH Enterprise Directory (NED), the NDA is integrated within security awareness training. Alternatively, unregistered contractors must complete and submit a printed NDA prior to contract work. The document emphasizes the legal implications of improper disclosure, referencing specific statutes that impose criminal and civil penalties. Contractors must acknowledge understanding and adherence to these requirements for the duration of their contracts, ensuring the confidentiality of non-public information is maintained.
The National Institute of Allergy and Infectious Diseases (NIAID) plans to issue a presolicitation notice for a contract to provide Postgraduate Medical Residents at the NIH Clinical Center in Bethesda, MD. This contract aims to fulfill a new requirement following a previous solicitation and will cover medical care for NIAID's adult inpatients. The contract entails providing four medical residents daily, with each resident dedicating an estimated 80 hours of professional services weekly. Residents will be scheduled for rotations of at least 28 consecutive days, with the first PGY-2 resident assigned each June. The anticipated duration of this contract is 5.5 years, with proposals due online around March 12, 2025. NIAID expects to award this as an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, and all responsible offerors are encouraged to participate in the upcoming full and open competition. The document emphasizes that this is a presolicitation notice and not a request for proposals at this time, with strict guidelines on proposal submissions directed through the NIAID electronic Contract Proposal Submission (eCPS) website.
The presolicitation notice outlines a forthcoming solicitation for the National Institutes of Health (NIH) Clinical Center regarding the provision of Postgraduate Medical Residents (PMRs) by the National Institute of Allergy and Infectious Diseases (NIAID). This is a non-personal services contract aimed at enhancing primary medical care for adult inpatients involved in NIAID clinical research protocols. The anticipated contract is expected to last 5.5 years, commencing on May 31, 2025. The contractor will supply all necessary resources, including personnel and equipment, to ensure that PMRs are available for approximately 80 hours of service each week. Four medical residents will be assigned daily, primarily those at postgraduate years 2, 3, or 4, who must be ready for immediate clinical duties. Rotations will last a minimum of 28 consecutive days. NIAID intends to award an Indefinite Delivery, Indefinite Quantity (IDIQ) contract under a full and open competition framework, aiming to include various pricing structures. Proposals will be submitted electronically, with details available on sam.gov around February 12, 2025. This notice emphasizes the necessity for responsible offerors to participate without committing the Government to any contractual obligation.
Apr 9, 2025, 9:08 PM UTC
The document outlines a Request for Proposal (RFP) by the National Institute of Allergy and Infectious Diseases (NIAID) for hiring Medical Residents for the NIH Clinical Center. The contract is structured as a Multiple Award Indefinite Quantity contract, with a range of reimbursement between $2,000 and $7,500,000 over the performance period from May 31, 2025, to May 30, 2030. Proposals must be submitted by April 14, 2025, with questions allowed until March 26, 2025. The contractor is responsible for providing personnel to deliver primary medical care for clinical research adult and pediatric inpatients. The contract emphasizes the need for compliance with various federal regulations, including Section 508 for electronic reports and privacy measures concerning sensitive information. All documentation must be handled with strict confidentiality, with specific procedures for invoice submission and task order processes defined within the contract. Key components include reporting requirements, inspection and acceptance procedures, and security and privacy protocols. The contractor is also expected to manage subcontracting efforts properly and ensure all personnel meet background check requirements. Ultimately, this RFP signifies NIAID's commitment to enhancing healthcare service delivery through effective contracting for essential medical personnel at its Clinical Center.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Remote Health Readiness Program 4 (RHRP-4)
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the Remote Health Readiness Program 4 (RHRP-4), aimed at providing comprehensive medical and dental readiness services to military personnel, including active and reserve components, as well as Department of Homeland Security members. The contract, structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, will span ten years and is valued at a maximum of $1.61 billion, focusing on maintaining the health and readiness of service members through various assessments, treatments, and logistical support. This initiative underscores the importance of ensuring a medically ready force, with contractors required to establish a network of certified providers and adhere to strict quality control and reporting standards. Interested parties must submit their proposals by May 9, 2025, and can direct inquiries to Nakaura C. Yusuf at nakaura.c.yusuf.civ@health.mil or by phone at 703-681-5821.
Return to Office Design Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals from qualified small businesses for Return to Office Design Services. The primary objective of this procurement is to assist the NIH's Office of Research Services in optimizing workspace efficiency, managing facilities, and implementing cost-saving measures through the repurposing of underutilized areas, while providing strategic recommendations for long-term space utilization. This contract, which is set aside for small businesses under NAICS code 561499, will cover a base year from July 1, 2025, to June 30, 2026, with options for two additional years, and emphasizes compliance with federal guidelines and sustainability goals. Interested parties should contact Isaac J. Bellamy at isaac.bellamy@nih.gov for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
Notice of Intent to Sole Source – American Hospital Association
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to the American Hospital Association (AHA) for the payment of the NIH Clinical Center's annual membership dues for 2025. This acquisition aims to secure the benefits and resources provided by the AHA, which plays a critical role in representing hospitals and healthcare networks, facilitating the sharing of best practices, and advancing healthcare quality and safety. The contract will be awarded under the Simplified Acquisition Procedures, and interested parties may express their interest and capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov before the deadline of May 15, 2025, at 2 PM EST.
Notice of Intent to Sole Source – TheraDoc subscription
Buyer not available
The National Institutes of Health (NIH) Clinical Center intends to award a firm fixed-price purchase order for subscription services related to the TheraDoc application, exclusively owned by Premier Healthcare LLC. This procurement aims to secure applications, support, maintenance, and training for the TheraDoc clinical surveillance solution, which is critical for enhancing healthcare delivery and patient safety. The acquisition will follow the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for a sole-source solicitation due to the unique nature of the services required. Interested parties may express their capabilities and submit comments to the NIH by November 21, 2024, with inquiries directed to Ryssa Nix at Ryssa.nix@nih.gov.
Office-Wide Innovative Solutions Opening for Resilient Systems Office (RSO)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health's Advanced Research Projects Agency for Health (ARPA-H), is soliciting innovative solutions aimed at enhancing the resilience of healthcare systems via its Resilient Systems Office (RSO). This opportunity invites submissions from eligible entities, including universities, nonprofits, and small businesses, to address systemic challenges in healthcare and public health by leveraging cutting-edge technologies that improve care quality and availability. The solicitation emphasizes the importance of sociotechnical system innovations and adaptive solutions that enhance the reliability and interoperability of health ecosystems. Interested parties must submit solution summaries for feedback before full proposal submissions, with the solicitation open until March 3, 2029. For further inquiries, submissions should be directed to the designated online platforms, and the primary contact email is provided in the solicitation details.
MAINTENANCE AGREEMENT FOR MULTIPLE AUTOCLAVES AND OTHER EQUIPMENT
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for a maintenance agreement covering multiple autoclaves and related equipment at its facility in Gaithersburg, Maryland. The contract, identified as RFQ-NIAID-25-2259706, requires the selected vendor to provide four preventive maintenance inspections annually, quarterly filter replacements for the autoclaves, and emergency service visits within 12 hours of a request. This maintenance is crucial for ensuring the operational readiness and safety of critical laboratory equipment used in medical research. Interested small businesses must submit their quotes by May 3, 2025, at 2:00 p.m. EST, and can direct inquiries to Kelly Lowe at kelly.lowe@nih.gov.
Preventative Maintenance Agreement
Buyer not available
Solicitation Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF - NATIONAL INSTITUTES OF HEALTH is seeking a Preventative Maintenance Agreement for integration systems used in the current Operating Rooms to the Education Room in Bethesda, Maryland, United States. The purpose of this agreement is to support the existing systems and prevent delay in case the integration system goes down. The agreement requires remote monitoring capabilities, collaboration among NIH and other research institutes, and web-based and teleconference consultation and collaboration. The contract duration includes a base year and two option years. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13. Interested parties may respond to this notice, and the Government will determine whether to compete the requirement based on the responses received.
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.
PATIENT SAFETY MONITORING IN INTERNATIONAL LABORATORIES (pSMILE)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH) and specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking qualified small businesses for a contract related to Patient Safety Monitoring in International Laboratories (pSMILE). The objective of this procurement is to enhance the capabilities of non-U.S. laboratories in conducting clinical trials in accordance with good clinical laboratory practices (GCLP), ensuring reliable test results and compliance with regulatory standards. The anticipated contract will support approximately 150 labs across 18 countries and includes key activities such as auditing lab compliance, supporting method validations, training laboratory staff, and managing a secure electronic repository for lab documentation. Interested organizations must submit detailed capability statements to demonstrate their expertise and relevant experience, with the contract expected to last for one base year and include six one-year options, potentially extending to a total of seven years. For further inquiries, contact Patrick Finn at patrick.finn@nih.gov or Robert Corno at cornorj@niaid.nih.gov.
Gore Medical branded stents (Brand Name restriction)
Buyer not available
The Department of Health and Human Services, National Institutes of Health seeks to procure specific medical devices for use in interventional radiology procedures. These are brand-restricted items, with the National Institute of Health specifying Gore Medical branded stents. The scope of work involves supplying several variants of two medical devices: Viatorr Tips Endo CX and Viabahn BX Balloon Expander Endo. The Viatorr Tips are measured in millimeters and vary in length, while the Viabahn BX Balloon Expanders are used in catheterization procedures. The medical devices are intended for minimally invasive procedures. The bill of materials provided outlines the exact models and quantities sought. Offerors must provide the following: 1 unit of Model PTB8105275, ID 00733132635016 - 8-10mmX5cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8107275, ID 00733132635030 - 8-10mmX7cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8108275, ID 00733132635047 - 8-10mmX8cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model BXB083901A, ID 00733132658718 - 8MMX39MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO 1 unit of Model BXB085901A, ID 00733132658732 - 8MMX59MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO Eligible applicants should be well-established surgical and medical instrument manufacturers (NAICS code 339112) with the ability to deliver the specified devices promptly. The evaluation of quotes will consider technical capability, price, and past performance. Quotes should be submitted to Lu Chang at lu-chang.lu@nih.gov by 5:00 PM EST on 08/01/2024, including the RFQ number (RFQ-CC-24-010258) in the subject line. Further inquiries can be directed to the same email address. This opportunity is a combined synopsis and solicitation issued under FAR Subpart 12.6. The resulting contract will be a firm fixed-price order.