Proteomic analyses of dementia and related phenotypes in the Atherosclerosis Risk in Communities (ARIC) Study
ID: 75N95025Q00193Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

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

PSC

SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA (B529)
Timeline
  1. 1
    Posted Apr 14, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 1:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a qualified contractor to perform proteomic analyses of dementia and related phenotypes as part of the Atherosclerosis Risk in Communities (ARIC) Study. The primary objective is to engage a Biostatistician with expertise in analyzing large cohort datasets to assess the impact of immune and vascular risk factors on brain health, particularly concerning Alzheimer's disease. This project is crucial for advancing research on aging and improving health outcomes in older populations. Proposals are due by April 21, 2025, with the anticipated contract period running from May 8, 2025, to May 7, 2026. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 12:05 PM UTC
The document outlines the representation requirements related to covered telecommunications and video surveillance services or equipment as stipulated under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Offerors are required to declare if they provide or use such equipment or services in any government contracts. Key prohibitions include not procuring any equipment that uses covered telecommunications as a substantial component of a system. Offerors must complete specific representations based on their responses and must disclose detailed information regarding any covered equipment or services they offer, including the entity's identity, product description, and the rationale for the proposed use of such equipment or services. The document emphasizes the importance of compliance with the guidelines established to safeguard national security interests in procurement processes. It reinforces that Offerors must review the System for Award Management (SAM) for entities excluded from federal awards due to these prohibitions, thereby ensuring transparency and accountability in government contracting.
Apr 14, 2025, 12:05 PM UTC
The document outlines the representation requirements concerning "covered telecommunications equipment or services" for federal contract bidders. It references the definitions established in clause 52.204-25, which prohibits contracting for certain telecommunications and video surveillance materials. Offerors must conduct a review of the System for Award Management (SAM) to identify any excluded parties linked to these services. The Offeror must then provide a representation confirming whether or not they supply, use, or integrate such equipment or services in their offerings to the government. This provision emphasizes the importance of transparency and compliance in government contracting to protect against potential risks associated with certain telecommunications technologies, ensuring a secure contracting environment. The document includes a certification section requiring the name, signature, date, title, and organization of an authorized individual to validate the representations made.
Apr 14, 2025, 12:05 PM UTC
The document serves as an addendum to FAR 52.212-4 regarding the terms and conditions for commercial items under government contracts. It establishes a precise order of precedence for addressing inconsistencies in solicitations and contracts, emphasizing various components such as the schedule of supplies/services and clauses related to commercial supplier agreements. The provisions delineate the definition and applicability of commercial supplier agreements in government acquisitions, highlighting their common presence in information technology contracts. Key points include the establishment of federal law as the governing framework for disputes, restrictions on unilateral modifications by suppliers, limits on automatic contract renewals, and the government's right to retain confidentiality while adhering to transparency standards imposed by the Freedom of Information Act. Additionally, the document specifies that any indemnification and taxation matters must align with underlying government contract terms. This addendum is essential for ensuring compliance with federal regulations and for protecting government interests in procurement processes.
The document outlines a series of Federal Acquisition Regulation (FAR) clauses that contractors must adhere to within specific government contracts. These clauses enforce legal and executive order provisions relevant to the acquisition of commercial items and services. Key areas of compliance include ethical conduct, whistleblower protections, subcontracting restrictions, and employment practices. For example, it emphasizes the need for a Contractor Code of Business Ethics, prohibitions on contracting with foreign entities from specific regions, and guarantees concerning payments to small business subcontractors. The document also addresses environmental and labor standards, including laws against human trafficking and child labor. This comprehensive framework aims to ensure responsible and equitable practices in federal procurement processes, underscoring the government’s commitment to regulatory compliance and ethical sourcing. By encapsulating statutory requirements, it serves as a vital reference for contractors aiming to successfully engage in federal projects while meeting legal obligations.
Apr 14, 2025, 12:05 PM UTC
The document outlines the Invoice and Payment Provisions for Contractors engaging with the federal government, particularly the National Institutes of Health (NIH) and is updated as of March 20, 2023. It details the requirements for proper invoice submissions, which must follow specificity in format and content, including contractor information, remit-to address, invoice dates, and necessary identifications like Unique Entity Identifier (UEI) and Federal Taxpayer Identification Number (TIN). Invoice payments are generally due 30 days after receipt of a proper invoice or Government acceptance of services. Special provisions exist for expedited payments to small business subcontractors, emphasizing that such payments must be made without further fees. Additionally, payment requests must be submitted electronically via the Department of Treasury's Invoice Processing Platform (IPP), unless alternate procedures are authorized by the Contracting Officer. Overall, the document serves as a guide to ensure compliance with federal payment standards, promoting efficiency and accountability in the procurement process amid governmental contracts and funding scenarios.
Apr 14, 2025, 12:05 PM UTC
The National Institute on Aging (NIA) seeks to engage a Biostatistician through a project focused on proteomic analyses of dementia and related conditions within the Atherosclerosis Risk in Communities (ARIC) Study. This project aims to assess how immune and vascular risk factors influence brain health in older adults, particularly in the context of Alzheimer's disease. The Biostatistician will perform statistical analyses, collaborate with research personnel, support data management, and contribute to manuscript preparation. The project spans from May 8, 2025, to May 7, 2026, with expectations for delivery of high-quality statistical presentations and reports arising from various analyses. The contractor is required to have expertise with ARIC data and will maintain close communication with the NIA. Key deliverables include outcome-focused statistical outputs and collaborative research efforts, underscoring the significance of understanding chronic inflammation and vascular risks in connection with dementia. This undertaking aligns with federal objectives for advancing aging research and improving health outcomes in older populations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Office-Wide Innovative Solutions Opening for Proactive Health Office (PHO)
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 research proposals aimed at enhancing health outcomes via the Proactive Health Office (PHO). The initiative focuses on developing solutions that prioritize disease prevention, early intervention, and scalable wellness-promoting behaviors, moving away from traditional reactive healthcare models. This opportunity is significant for entities capable of delivering transformative health solutions, with proposals evaluated based on scientific merit and relevance, and funding potentially awarded through Other Transactions or Cooperative Agreements. Interested parties must submit a mandatory solution summary by March 3, 2029, and can direct inquiries to the designated contact via the provided submission platforms.
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 proposals for maintenance and repair services for a Hamilton Microlab VANTAGE 1.3 Automated Liquid Handling System, which is crucial for ongoing research on neurodegenerative diseases at the National Institute on Aging. The contract will cover preventative maintenance, repairs, and software updates to ensure the system's optimal functionality, with a performance period from June 17, 2025, to June 16, 2029, including options for extensions. This system plays a vital role in supporting research efforts related to Alzheimer's disease and related dementias, underscoring the importance of reliable maintenance services. Interested vendors must submit their quotations by May 1, 2025, at 9:00 AM EDT, and can direct inquiries to Rashiid Cummins at rashiid.cummins@nih.gov.
PROactive Solutions for Prolonging Resilience (PROSPR)
Buyer not available
The Department of Health and Human Services, through the Advanced Research Projects Agency for Health (ARPA-H), is soliciting proposals for the PROactive Solutions for Prolonging Resilience (PROSPR) program, aimed at extending the healthspan of Americans by 20 years. This initiative invites eligible applicants to develop innovative interventions focused on early disease prevention and addressing age-related health decline, which significantly impacts healthcare costs. The program encompasses three Technical Areas: developing a precise intrinsic capacity score for health predictions, repurposing FDA-approved drugs to enhance healthspan, and testing second-generation healthspan interventions through clinical trials. Interested parties can find more information and submit inquiries to the PROSPR Team at PROSPR@arpa-h.gov, with proposals due by the specified deadlines outlined in the solicitation documents.
Final Innovative Solutions Opening (ISO) ARPA-H Rare Disease AI/ML for Precision Integrated Diagnostics (RAPID)
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 proposals for the Final Innovative Solutions Opening (ISO) under the Rare Disease AI/ML for Precision Integrated Diagnostics (RAPID) program. This initiative aims to significantly enhance the speed and accuracy of diagnosing rare diseases, which affect approximately 30 million Americans, by developing innovative diagnostic support tools and a sustainable data platform optimized for AI-driven solutions. The RAPID program encompasses two phases over 4.5 years, focusing on extensive data curation, multimodal patient data collections, and the establishment of an AI-driven data commons, with the goal of reducing diagnostic delays and improving health management for underserved populations. Proposals are due by April 24, 2025, and interested parties can direct inquiries to the RAPID Email Box at RAPID@ARPA-H.gov.
Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 IDIQ
Buyer not available
The Department of Health and Human Services, specifically the Centers for Medicare and Medicaid Services (CMS), is seeking proposals for the Research, Measurement, Assessment, Design, and Analysis (RMADA) 3 Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract aims to provide analytic support and technical assistance for healthcare models and demonstration programs under the Affordable Care Act, focusing on reducing expenditures for Medicare, Medicaid, and CHIP beneficiaries while maintaining or improving the quality of care. The contract has a maximum ceiling of $3.5 billion over its duration, with a minimum order threshold of $1,500, and will involve tasks such as data analysis, stakeholder engagement, and program evaluations. Interested parties must submit their proposals by the revised deadline of May 6, 2025, and can direct inquiries to Melanie Suris-Rodriguez at RMADA3@cms.hhs.gov.
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.
Research and Development of the FDA ARGOS System
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors for the research and development of the FDA ARGOS System, as outlined in a Sources Sought Notice. The primary objective is to enhance the FDA ARGOS database and develop bioinformatics and artificial intelligence tools to analyze genetic data, thereby improving public health preparedness and regulatory processes related to medical countermeasures against infectious diseases. This initiative is crucial for advancing diagnostic capabilities through Next Generation Sequencing (NGS) technology, which can identify microbial pathogens efficiently and accurately. Interested parties must submit their responses, including a Vendor Feedback Form, to Nicholas Bisher and Kimberly Pennix by May 2, 2025, at 2:00 PM EST, as no solicitation is currently available.
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.
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.
NHLBI Procurement Forecast - FY2025-Q1 & Q2
Buyer not available
The National Institutes of Health (NIH), specifically the National Heart, Lung, and Blood Institute (NHLBI), has issued a special notice regarding its procurement forecast for the first and second quarters of Fiscal Year 2025. This notice outlines anticipated contracting opportunities, including a variety of goods and services such as scientific support services, IT security, and specialized scientific equipment, with a focus on fostering small business participation. The forecast serves as a planning tool for potential vendors, indicating that while the projected procurements are subject to change, they are essential for supporting the NIH's mission in health research. Interested parties can find detailed information, including estimated dollar values and points of contact, in the attached document, with initial award dates ranging from late 2024 to mid-2025.