Sebia Inc. Hydrasys 2 Reagents for the Department of Laboratory Medicine
ID: 25-001509Type: Presolicitation
Overview

Buyer

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

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
  1. 1
    Posted Jan 17, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 10:30 AM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Jan 17, 2025, 10:05 PM UTC
The document lists various laboratory products manufactured by Sebia, Inc., which are intended for use in clinical and research settings, focusing on protein analysis and serum control. It specifies product names, corresponding part numbers, and quantity requirements for each item. The products include different types of HYDRAGEL for protein separation, destain and wash solutions, antisera, and control serums, each designed for specific applications in immunofixation and other biochemical analyses. The quantities range from single units to large batches, indicating large-scale use or institutional procurement. This information is relevant for government RFPs and grants related to laboratory supplies, reflecting procurement needs for health-related analysis services and emphasizing the importance of leveraging quality products in research and diagnostics.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
HemaComply Software Maintenance and Support Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a firm-fixed-price contract for HemaComply Software Maintenance and Support Services on a sole-source basis to Hema Terra Technologies LLC. The contract aims to provide ongoing maintenance and support for HemaComply software applications, which are critical for ensuring compliance with FDA regulations in blood donor operations and managing electronic records for NIH patients and blood donors. This software is essential for the Department of Transfusion Medicine's operations, which include the collection of blood and blood components for biomedical research and patient treatment. Interested parties are invited to submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 30, 2025, at 6:30 AM EST, as this is not a request for quotation and no solicitation will be issued.
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.
Bio Threat Detection Instrument
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 Safeware, Inc. for the procurement of a BioMeMe Bio Threat Detection Instrument. This new instrument is required to enhance the NIH Division of Fire and Rescue Services' capabilities by allowing simultaneous screening for 14 biological agents, replacing the outdated RAZOR Biothreat detection system that will soon be unsupported. The acquisition is critical for maintaining the NIH's FEMA Type I Hazardous Materials Unit designation and ensuring the safety of employees and visitors during biological research activities. Interested parties that believe they can fulfill the requirements must submit a capability statement by 9:00 AM (Eastern Time) on May 2, 2025, to the primary contact, Van V. Holley, at holleyv@od.nih.gov.
2 Ultralow temperature freezers and one (1) centrifuge– Fisher Scientific, Inc
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 Fisher Scientific Company LLC for the procurement of two ultralow temperature freezers and one centrifuge. This equipment is essential for replacing aged laboratory equipment and will support the expanding testing needs of the Microbiology Service within the Department of Laboratory Medicine at the NIH Clinical Center in Bethesda, Maryland. The acquisition is critical for ensuring the continuity of laboratory operations and the proper storage of clinical patient specimens and test reagents. Interested parties may submit capability statements to Damien Goines at damien.goines@nih.gov by May 10, 2025, at 9:00 AM (EST).
COVID-19, Influenza A/B, Seasonal Influenza A subtyping, Influenza A/H5 and Influenza A/H7 Extraction Reagents
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract to Roche Diagnostics Corporation for the procurement of essential supplies required for COVID-19 and various influenza detection assays. This contract encompasses the purchase of reagents for 1,000 extraction reactions every two months over a total of six shipments, amounting to 6,000 reactions, with a total funding of $52,920 allocated from Navy Fiscal Year 2025 funds. The unique qualifications of Roche Diagnostics necessitate this sole-source acquisition, as their products are the only ones meeting the required diagnostic grade quality, thereby excluding competitive bidding under applicable regulations. Interested parties may contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah Sharpe at deborah.m.sharpe2.civ@health.mil for further information.
FINIA 2.0 Fill Finish Equipment – Terumo BCT, Inc
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 Terumo BCT, Inc. for the procurement of one FINIA 2.0 Fill Finish Equipment unit. This equipment is critical for the preparation and cryopreservation of cellular therapy doses, addressing risks associated with manual processes that could lead to inadequate dosing and severe side effects. The FINIA 2.0 device is uniquely designed to handle volumes from 2 mL to 100 mL while complying with current Good Manufacturing Practices (cGMP), making it essential for the NIH's new Center for Cellular Engineering facilities in Bethesda, Maryland. Interested parties may submit capability statements to Damien Goines at damien.goines@nih.gov by May 5, 2025, at 9:00 AM (EST).
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.
12-Month maintenance agreement for Qtrap Mass Spectrometers
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 to establish a 12-month maintenance agreement for Qtrap Mass Spectrometers with AB Sciex LLC. The procurement requires telephone technical support to be available within four hours and prioritized repair services within 48 hours, along with annual periodic maintenance for various laboratory equipment models. This maintenance agreement is critical for ensuring the operational efficiency and reliability of essential scientific instruments used in research. Interested parties must submit capability statements by April 29, 2025, to be considered, and all submissions should be made via the NIAID electronic Simplified Acquisition Submission System (eSASS) at HTTPS://ESASS.NIH.GOV. For further inquiries, potential vendors can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.
MSD TOTAL SERVICE PACKAGE SILVER FOR CCD CAMERA
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract with Meso Scale Diagnostics for a Total Service Package Silver for a CCD Camera. This procurement aims to support the Vaccine Research Center's efforts in developing monoclonal antibodies and vaccines for infectious diseases, including COVID-19, by utilizing a highly sensitive electrochemiluminescent (ECL) assay system for antibody detection. The urgency of this requirement is underscored by the ongoing threat of COVID-19 variants, making the timely provision of these services critical. Interested vendors must submit their capabilities statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by May 1, 2025, at 12:00 PM EST, with further details available through the provided contact information: Maliaka Pinkney at maliaka.pinkney@nih.gov or Jesse Weidow at weidowjd@niaid.nih.gov.
Renewal of HighBond Audit Essentials Solution Software
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew its subscription for the HighBond Audit Essentials Solution Software, a proprietary tool essential for Governance, Risk Management, and Compliance (GRC) processes. This procurement involves a Firm-Fixed-Price purchase order for software and licenses that enhance audit management capabilities, including 12 professional user licenses and 25 business user licenses, which are critical for maintaining compliance with federal regulations. The HighBond software centralizes audit responses and artifacts, thereby improving system security and streamlining audit processes across NIH. Interested parties must submit a capability statement by April 28, 2025, and can contact Ryan K. Alexander at ryan.alexander@nih.gov for further information.