GridION Mk1 CapEX with starter pack and Rapid PCR barcoding and Shipping Direct to Cambodia
ID: RFQ-NIAID-24-2209041Type: Combined Synopsis/Solicitation
Overview

Buyer

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

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Feb 28, 2024, 10:45 PM UTC
  2. 2
    Updated Mar 8, 2024, 2:53 PM UTC
  3. 3
    Due Mar 18, 2024, 12:00 PM UTC
Description

The Department of Health and Human Services, National Institutes of Health, is seeking to procure a GridION Mk1 CapEX with starter pack and Rapid PCR barcoding for shipping direct to Cambodia. The GridION sequencing instrument and supplies, manufactured by Oxford Nanopore Technologies in the United Kingdom, are intended for use in the International Center of Excellence (ICER) Cambodia. ICER Cambodia requires long-read sequencing to provide full or near-full genomes of pathogens for structural genomics and pathogen evolutionary analyses. The GridION Mk1 sequencing platform is particularly suitable for this purpose, as it provides high-throughput data generation and real-time processing and analysis of data. The procurement of the GridION Mk1 sequencer will facilitate training and support efforts for public health initiatives in Cambodia. The government intends to award a firm fixed price purchase order based on technical capability and price. Offers must be submitted by March 9, 2024, and any questions or concerns should be directed to Diana Rohlman at diana.rohlman@nih.gov.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
DNA Sequencing Service
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Environmental Health Sciences (NIEHS), is seeking information from industry regarding the provision of DNA sequencing services. The objective is to establish a reliable and cost-effective contract for high-quality DNA sequencing that supports ongoing research into the relationship between environmental exposures and human health. This service will primarily involve sequencing biological samples, including yeast colonies and plasmid DNA, using Sanger sequencing and high-throughput methods, along with necessary bioinformatics support. Interested parties can direct inquiries to Tanya Redfearn at shields3@niehs.nih.gov or Sanya Jackson at sanya.jackson@nih.gov, with responses to the request for information (RFI) encouraged but not mandatory for future participation in any potential solicitations.
Preventative Maintenance Agreement for Various Instruments in the Department of Laboratory Medicine
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a firm-fixed-price purchase order for a preventative maintenance agreement for various laboratory instruments located in the Department of Laboratory Medicine. The procurement involves maintenance services for specific proprietary instruments, including the 7500 FAST Real-Time PCR Systems and the 3500xL Genetic Analyzer, which are critical for the rapid detection of infectious agents from clinical samples. The performance period for this contract is set from May 1, 2025, to April 30, 2030, with a total funding amount not exceeding $250,000. Interested parties are encouraged to submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 14, 2025, at 6:30 AM EST, as this is not a request for quotation.
Notice of Intent for RNA Oligos Biological Reagents
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), has issued a Notice of Intent for a sole-source procurement from Integrated DNA Technologies Inc. The procurement involves negotiating for 25 units of A-tag TSO primer 1 umole RNA oligo, along with associated shipping and handling costs. These reagents are critical for in-vitro diagnostic applications, supporting the NIH's ongoing research and development efforts in infectious diseases. Interested vendors are invited to submit capability statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by April 4, 2025, at 1:00 PM, with all submissions being considered by the Government at its discretion. For further inquiries, contact Leah Hinson at leah.hinson@nih.gov.
Sebia Inc. Hydrasys 2 Reagents for the Department of Laboratory Medicine
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to issue a sole-source fixed-price purchase order to Sebia Inc. for the procurement of proprietary Hydrasys 2 reagent kits and associated quality control materials necessary for electrophoresis testing within the Department of Laboratory Medicine. This acquisition aims to support patient care by providing essential tools for the separation and quantification of proteins in human serum and urine, as well as for the detection of monoclonal proteins, which are critical for monitoring patients with B-cell malignancies and central nervous system diseases. Interested parties may submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 3, 2025, as this is not a request for quotations and the procurement is being conducted under special sole-source acquisition regulations.
Ion Gene Studio S5 Plus Next-Generation Sequencer (S/N 2772919030143) Annual Preventive Maintenance & Repair Service
Buyer not available
The Department of Veterans Affairs is seeking potential vendors to provide annual preventive maintenance and repair services for the Ion GeneStudio S5 Plus Next-Generation Sequencer (S/N 2772919030143) at the Central Arkansas Veterans Healthcare System located in Little Rock, Arkansas. The procurement aims to ensure that the sequencer operates efficiently and adheres to manufacturer standards through comprehensive maintenance, including corrective services and software updates. This equipment is vital for the healthcare system's operations, reflecting the government's commitment to maintaining high operational standards for specialized medical equipment. Interested parties must submit their business name, point of contact, DUNS number, and a two-page capability statement via email by April 8, 2025, at 10:00 AM Central Time, with further inquiries directed to Surella Tracy at surella.tracy@va.gov.
66--PA LAMAR NFH & NE FSHRY CTR NOTICE OF INTENT
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Illumina Inc. for the procurement of sequencing reagents, kits, and primers essential for environmental DNA (eDNA) analysis at the Lamar National Fish Hatchery and Northeast Fishery Center in Pennsylvania. The specific items required include the NextSeq 1000/2000 P1 and P2 XLEAP-SBS Reagent Kits, as well as Illumina DNA/RNA UD Indexes Sets A-D, which are critical for maintaining uniformity in lab operations and ensuring quality assurance in data generated from various aquatic invasive species detection projects. Interested parties may submit responses demonstrating the advantages of competition by April 7, 2025, to Lee Ann Riley at leeriley@fws.gov, as this announcement serves as the official notice of procurement with no intention of compensating for information provided.
Notice of Intent to Sole Source_ CN Bio Innovations
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to award a sole-source contract to CN Bio Innovations Limited for the procurement of a PhysioMimix Organ-on-a-Chip (OOC) Multi-Organ Standard System and a Full System. This specialized equipment is required to support the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) and must facilitate advanced organ modeling, including adjustable perfusion and fluidics, 3D organ model formation, and automation for long-term experiments. The systems will include necessary accessories and training for personnel, with a warranty period of two years post-delivery. Interested vendors may challenge this sole-source determination by submitting a capability statement by April 14, 2025, and inquiries should be directed to Matthew Gembe at matthew.w.gembe.civ@health.mil or by phone at 301-619-1350.
MiSeq Silver Support 1301234383
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole source contract to Illumina Inc. for comprehensive support services related to the MiSeq system. The contract will encompass a service plan that includes full coverage for parts, labor, and travel, reagent replacement upon hardware failures, preventive maintenance, remote technical support, and on-site applications support, among other requirements. This procurement is critical for maintaining the operational efficiency of laboratory equipment used in medical research, ensuring that the NMRC can continue its vital work. Interested vendors must be registered with the Systems for Award Management (SAM) and have an account in Wide Area Workflow (WAWF) to be eligible for consideration, and inquiries can be directed to Nataki Johnson Lovett at nataki.s.johnsonlovett.civ@health.mil or Jamila Floyd at jamila.a.floyd.ctr@health.mil.
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.