Integrated Cage Promethion Metabolic System (or Equal).
ID: 75N95024Q00298-RFQType: 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
    Description

    The Department of Health and Human Services, National Institutes of Health (NIH) seeks quotations for an Integrated Cage Promethion Metabolic System, a commercial service essential for enhancing research capabilities in circadian and aging studies. This user-friendly system must have customizable features and easy access for rodent experiments and cleaning.

    The procurement focuses on acquiring a comprehensive metabolic and behavioral phenotyping solution, emphasizing advanced monitoring capabilities and compliance with Section 508 accessibility standards for individuals with disabilities. Offerors must provide detailed accessibility reports and ensure compliance with telecommunications and video surveillance equipment regulations.

    Key requirements include customizable programmable light and temperature settings, advanced monitoring tools, and quick installation and cleaning access. The contract, anticipated to be a firm fixed-price purchase order, requires delivery and installation within 14 weeks of award. The evaluation of quotes will prioritize technical capability, past performance, and price, with accessibility and telecommunications compliance also critical.

    Interested parties should submit their quotations by 5:00 p.m. on August 20, 2024, to be eligible for this time-sensitive opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Institute on Aging seeks to procure a specialized Circadian Environment System for its Translational Gerontology Branch. The primary objective is to facilitate controlled dietary interventions and aging studies on mice. This system comprises light-tight cabinets, automated feeders, and software control mechanisms. The agency requires these components to conduct research on the effects of dietary restrictions and circadian rhythms on mammalian longevity. Specifically, the hardware includes eight cabinets, each housing three testing cradles, along with insulation, steel frames, and customized automated feeders designed for Sable Systems' Cage Promethion Metabolic Core. The software and control equipment include Feeder-Hubs, a computer system, and an rs485USB converter for data interface. Vendors must ensure compatibility with the Clocklab Chamber Control software for environmental and behavioral control. The requested delivery and installation deadline is within 12 weeks of the purchase order. This information will be crucial for vendors to understand the detailed requirements and tailor their proposals accordingly.
    The National Institute on Aging seeks to acquire an advanced Integrated Cage Promethion Metabolic System for its Intramural Research Program. This system is primarily comprised of metabolic cages for rodents, designed to integrate multiple physiological measurements, including energy expenditure, gas exchange, body temperature, and behavioral events like activity and consumption. The emphasis is on enhancing research capabilities for circadian and aging studies. The system must offer customizable features, such as programmable light intensity and a wide temperature range, while ensuring easy access and excellent animal care. It should also integrate advanced monitoring capabilities, such as telemetry, to track various physiological parameters. One of the key requirements is the system's ability to conduct research under more natural conditions, particularly thermoneutrality, which is a key advantage over existing setups. The purchase includes an extensive list of specialized hardware, software, and accessories, such as gas analyzers, cage controllers, environmental sensors, and telemetry bases, all aimed at creating a comprehensive metabolic and behavioral phenotyping system. The agency requires delivery and installation within a 14-week timeframe.
    The procurement objective of this RFP revolves around ensuring compliance with the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Specifically, the focus is on the section prohibiting the use of certain telecommunications and video surveillance services or equipment. The act requires offerors to provide representations and certifications regarding their products or services. This file mandates that offerors disclose whether they will provide covered telecommunications equipment or services and detail the entities producing such equipment, along with service descriptions and explanations of their proposed usage. This is a critical component of the procurement process, as offerors must demonstrate compliance with the relevant sections of the act to be considered for selection.
    The primary objective of this procurement is to obtain representations and certifications from offerors regarding their provision of covered telecommunications equipment or services. Offerors must review the System for Award Management (SAM) to ensure compliance with federal awards criteria, specifically related to "covered telecommunications equipment or services." This SAM list outlines entities excluded from receiving federal funds for these specific telecommunications and surveillance services or equipment. The government agency seeks to procure telecommunications solutions from vendors who can confirm they do not supply excluded equipment or services and that their own supply chain is free from these exclusions. This representation is a crucial eligibility requirement for potential contractors.
    The primary objective of this procurement is to ensure compliance with various Federal Acquisition Regulation (FAR) clauses. The focus is on incorporating clauses related to ethical business conduct, whistleblower protections, and restrictions on subcontracting. The government seeks to enforce these clauses throughout the contracting process, emphasizing transparency, accountability, and security. Numerous clauses fall under the procurement's scope. These clauses cover a wide range of topics, including prohibitions on confidentiality agreements, contracting with specific entities, and requirements for small business subcontracting plans. Additionally, the procurement mandates compliance with clauses addressing labor standards, equal opportunity employment, and privacy training. Contractors must agree to allow access to their records for examination and adhere to provisions related to combating trafficking in persons and promoting excess food donation. To submit a compliant proposal, bidders should demonstrate their ability to adhere to the extensive list of FAR clauses outlined in the RFP. The evaluation of proposals will likely focus on the extent to which bidders can ensure legal compliance and uphold ethical standards as specified in these clauses. Key dates and other administrative details are not explicitly mentioned in the provided file, so a comprehensive understanding of the procurement timeline and process is not possible based on the available information.
    The focus of this procurement is on ensuring compliance with trade agreements. The government seeks to purchase end products that are certified as being made in the United States or designated countries, as defined by the "Trade Agreements" clause referenced in the solicitation. Offerors are required to provide a detailed certification for each end product, with a separate list for those that are not U.S.-made or designated country products. The evaluation of offers will prioritize those that adhere to the Trade Agreements policies, with awards potentially given to non-U.S. products only if there are no adequate U.S.-made or designated country alternatives.
    The government agency seeks to procure accessible Information and Communication Technology (ICT) supplies, products, and services in compliance with Section 508 accessibility standards. Offerors must submit detailed accessibility conformance reports or checklists to ensure their solutions align with these standards. The focus is on facilitating equal access for individuals with disabilities by ensuring their delivered ICT offerings are compliant. This deviation emphasizes the importance of accessibility and holds contractors accountable for any non-conformance issues, mandating their remediation at no extra cost. The procurement aims to acquire accessible ICT solutions, with evaluation based on their ability to meet these accessibility requirements.
    The primary objective of this procurement is to ensure compliance with Section 508 of the Rehabilitation Act of 1973, as amended. This act focuses on making information and communication technology (ICT) accessible to people with disabilities. The government seeks ICT supplies, products, and services that adhere to revised accessibility standards. The ICT accessibility requirements are detailed in the deviation clause, emphasizing the need for conformance with the Revised 508 Standards. The clause also outlines the process for determining and addressing any non-conformance issues, ensuring contractor responsibility for remediation. This clause will be incorporated into the contract or order, applying specifically to ICT procurements. Contractors will be required to submit accessibility conformance checklists or reports, and any further necessary information, to assist the government in evaluating compliance with Section 508 standards. For Indefinite-Delivery contracts, additional accessibility standards may be specified in task/delivery orders. Contractors must identify any perceived exceptions or exemptions to these requirements. Key dates and evaluation criteria are not provided within the file contents, indicating that they will be specified in the full RFP. The focus here is on the necessity for ICT accessibility and the associated conformance requirements.
    The updated file specifies detailed requirements for vendors to follow when submitting invoices and requests for payment to the government. It emphasizes the importance of adhering to prompt payment regulations, with specific timelines outlined for different scenarios. This update mandates the use of the Invoice Processing Platform (IPP) for submitting invoices, with copies directed to approving officials and technical points of contact. Key dates include a 30-day payment window, which can be extended if the invoice requires further review or there's a discrepancy. Evaluation criteria hinge on the accuracy and timeliness of invoices, matching them with the descriptions on the awards, and ensuring the correct tax identification numbers are provided. The focus is on efficient payment processing, encouraging accelerated payments to small business subcontractors, and the inclusion of UEI numbers in SAM.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Qiagen Real Time Semi-Quantitative PCR (RT-qPCR) and Digital PCR (dPCR) System or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a Qiagen Real Time Semi-Quantitative PCR (RT-qPCR) and Digital PCR (dPCR) System or an equivalent product. The procurement aims to support research into neurodegenerative diseases and retroviral infections, requiring a system with multiplex capability for detecting five gene targets, automated operation, low variability in results, and a compact size not exceeding 16” x 28” x 20”. Proposals must be submitted by 9:00 a.m. Eastern Time on September 17, 2024, and should include a completed copy of certain FAR clauses and the Unique Entity ID. For further inquiries, interested parties can contact Frederick Weddington at frederick.weddington@nih.gov or by phone at 301-594-6835.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.
    Brand-Name or Equal Axion Biosystems 48-well microelectrode array plates for the National Center for Advancing Translational Sciences
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) is seeking proposals for the procurement of Axion Biosystems 48-well microelectrode array plates, specifically the CytoView MEA 48 model, as part of a project aimed at evaluating the safety of antisense oligonucleotides in neurological treatments. The acquisition includes 10 boxes of these plates, which are crucial for conducting neurotoxicity screening assays by recording neuronal electrical signals, thereby facilitating both acute and chronic toxicity assessments. 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, with the anticipated award date set for September 12, 2024. The procurement is expected to follow simplified acquisition procedures, with no set-aside restrictions, and the total price must encompass all shipping and handling costs.
    Automated Liquid Handling Systems– Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for the procurement of two automated liquid handling systems, either brand name or equal, to support the Vaccine Production Program (VPP) at the National Institute of Allergy and Infectious Diseases (NIAID). These systems are critical for high-throughput, microscale protein purification and product characterization, which are essential for developing vaccines against various pathogens, including HIV and SARS-COV-2. Interested vendors must submit their quotes by 12:00 PM EST on September 23, 2024, to Daveta H. Brown at daveta.brown@nih.gov, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
    Syntax System Model 200 Instruments- Brand Name or Equal
    Active
    Health And Human Services, Department Of
    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 seeking quotes for the acquisition of a Syntax System Model 200 Instrument, or an equivalent product, to enhance DNA synthesis capabilities for research purposes. The procurement aims to secure a fully automated enzymatic DNA synthesis system that meets specific technical requirements, including the ability to produce multiple oligonucleotides simultaneously with low error rates, and includes installation and training services. This equipment is critical for advancing research in the Vaccine Research Center, and interested vendors must submit their quotes by September 17, 2024, with delivery expected within 60 days post-award. For further inquiries, vendors can contact Hershea Vance at hershea.vance@nih.gov or Linda Smith at linda.smith2@nih.gov.
    Ambr 250 or Equal High Throughput Bioreactor System for NIAID VPP
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of two Ambr 250 or equivalent high-throughput bioreactor systems for its Vaccine Production Program (VPP). The primary objective is to replace aging equipment that has caused operational delays, thereby enhancing the efficiency of the Cell Culture Development team in their mission to develop vaccines for critical pathogens such as HIV and Ebola. This acquisition is vital for maintaining uninterrupted research operations and ensuring timely project milestones. Interested vendors must submit their quotes by 3:00 PM EST on September 17, 2024, to Kathy Song at kathy.song@nih.gov, and must comply with all specified technical requirements and federal contracting regulations.
    Zeiss Arivis Pro Analysis + VR ACA Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health, is seeking proposals for the acquisition of the Zeiss Arivis Pro Analysis + VR ACA Software, a specialized tool for quantitative analysis of LSM confocal 3D images. This procurement aims to enhance research capabilities at the National Institute on Aging by providing a unique virtual reality interface that allows for intuitive manipulation of digital imagery, thereby improving efficiency and accuracy in data analysis. The contract is expected to be awarded as a firm fixed-price purchase order, with a delivery timeline of 60 days after receipt of the order. Interested vendors must submit their quotations by 4:00 PM Eastern Time on September 17, 2024, to Claudia Ventola at claudia.ventola@nih.gov.
    SOURCES SOUGHT: Maintenance and Repair Service for the Nanopore Promethion Long Read Sequencer
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide maintenance and repair services for the Nanopore Promethion Long Read Sequencer. The primary objective is to ensure the reliable functioning of this critical laboratory equipment, which supports ongoing research at the National Institute on Aging, particularly in neurogenetics and Alzheimer's disease studies. The selected contractor will be responsible for preventative maintenance, software upgrades, and troubleshooting, with a requirement for OEM-certified parts and factory-trained technicians. Interested parties must submit their capability statements to Hashim Dasti at hashim.dasti@nih.gov by September 18, 2024, at 11 AM Eastern Time, adhering to specified formatting guidelines.
    ZEISS DISCOVERY V12 DISSECTING AND ZEISS STEMI 305 DISSECTING SCOPE MICROSCOPES
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking quotes for the procurement of Zeiss Discovery V12 Dissecting and Zeiss Stemi 305 Dissecting Scope Microscopes. This acquisition, which falls under the NAICS code 334516 for Analytical Laboratory Instrument Manufacturing, requires specific brand-name equipment to support the National Institute of Allergy and Infectious Diseases (NIAID) in its research activities. The contract will be awarded based on technical capability and price, with a submission deadline of September 16, 2024, at 5:00 PM EST. Interested vendors should direct inquiries to Maliaka Pinkney at maliaka.pinkney@nih.gov or Jesse D Weidow at weidowjd@niaid.nih.gov, and must submit their offers via the NIH's Simplified Acquisition Submission System (eSASS).
    Combined Synopsis/Solicitation for Scientific Multimedia Support Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotations for Scientific Multimedia Support Services through Combined Synopsis/Solicitation No. 75N96024Q00117. The primary objective is to provide multimedia solutions for the Office of Communications and Public Liaison at the National Institute of Environmental Health Sciences (NIEHS) in Research Triangle Park, North Carolina, with a focus on technical capability, past performance, and pricing as key evaluation criteria. This procurement is crucial for enhancing public health communications and ensuring compliance with federal mandates, including Section 508 accessibility standards. Interested small businesses must submit their detailed quotations by September 27, 2024, at 2:00 PM EST, via email to the designated contacts, Chantal Cornelius and Charlotte Ange, with a firm-fixed price contract anticipated to commence around November 15, 2024.