NUcleic acid Linked Immuno-Sandwich Assay Reagents
ID: 75N95025Q00065Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 8, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 5:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the procurement of NUcleic acid Linked Immuno-Sandwich Assay Reagents, aimed at enhancing biomarker discovery for neurodegenerative disease research at the Center for Alzheimer’s Disease and Related Dementias (CARD). The acquisition includes the Alamar NULISAseq Inflammation Panel, with a requirement for 30 units that must demonstrate high sensitivity in analyzing over 250 proteins from minimal sample volumes, ensuring compatibility with the ARGO proteomics platform. This procurement is critical for advancing research capabilities in the detection of biomarkers related to Alzheimer’s Disease and Related Dementias (ADRD). Interested vendors must submit their quotations by January 22, 2025, at 12:00 PM Eastern Time, to Andrea Clay at amcgee@nida.nih.gov, and must comply with all specified federal regulations and provisions outlined in the solicitation.

Point(s) of Contact
Files
Title
Posted
Jan 8, 2025, 4:04 PM UTC
The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," which is a critical part of compliance in federal contracts. It establishes a framework for Offerors to declare whether they use or provide covered telecommunications equipment or services, as per the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The document details two main prohibitions under Section 889, which prevent agencies from procuring equipment that either uses or is composed of covered telecommunications components. Offerors must conduct a reasonable inquiry and complete specified representations, providing additional disclosure if they indicate the use of such equipment or services. The representation and disclosures focus on identifying, describing, and examining the proposed use of covered telecommunications services, emphasizing the importance of adhering to federal guidelines. The document's objective is to mitigate risks associated with critical technologies in government contracts, ensuring that federal agencies avoid contracts with entities using potentially compromised telecommunications systems.
Jan 8, 2025, 4:04 PM UTC
The document outlines the "Covered Telecommunications Equipment or Services-Representation" requirement from the federal government, specifically under clause 52.204-26. Its primary purpose is to ensure that offerors disclose whether they supply or utilize any "covered telecommunications equipment or services" as they engage in contracts or subcontracts with the government. The term "covered telecommunications equipment or services" is defined in a related clause (52.204-25), and offerors are required to conduct a reasonable inquiry into their use of such equipment or services. Additionally, they must review the System for Award Management (SAM) for excluded entities regarding these services. The document necessitates a signed representation by an authorized individual from the organization submitting the offer, confirming compliance with these requirements. This provision is crucial in the context of federal RFPs and grants, ensuring that government contracts do not involve potentially harmful telecommunications products or services while promoting accountability in procurement processes.
Jan 8, 2025, 4:04 PM UTC
The document outlines the Federal Acquisition Regulation (FAR) requirements for contracts involving commercial products and services, specifically focusing on contractor obligations to comply with various statutory and executive order provisions. Key clauses incorporate elements related to business ethics, whistleblower protections, and subcontracting practices, emphasizing requirements for reporting executive compensation and ensuring small business participation. The stipulations include various FAR clauses, which address limitations on subcontracting, labor standards, and procurement practices related to domestic and foreign products. Additionally, it mandates compliance with regulations concerning environmental considerations, workers' rights, and anti-trafficking measures. The structure categorizes requirements into sections addressing compliance with commercial service contracts, audit access rights, as well as stipulations for subcontractor obligations, notably regarding service contract labor standards. This guidance serves to ensure that contractors align with federal regulations, fostering transparency, accountability, and equitable business practices in government procurement processes. Overall, the document plays a vital role in ensuring that contracts adhere to established legal frameworks, promoting fair trade practices, ethical governance, and compliance with governmental procurement laws.
Jan 8, 2025, 4:04 PM UTC
The updated document outlines the invoicing and payment provisions applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreements (BPA) utilized by the NIH. It establishes the requirements for a proper invoice, which must include essential details such as vendor information, unique identifiers, and a three-way match for payment processing. Invoices must be submitted electronically via the Department of Treasury’s Invoice Processing Platform (IPP) or through authorized alternate procedures. The payment timelines are defined, stating that payments are due 30 days after receipt of a proper invoice or government acceptance of services. Special provisions for interest penalties are included if payments are late, alongside mandates for contractors to make accelerated payments to small business subcontractors. The document emphasizes compliance with federal regulations governing invoice submission and payment requests, ensuring streamlined operations in federal procurement. Overall, it serves to improve vendor relations and payment efficiency within federal contracting processes.
Jan 8, 2025, 4:04 PM UTC
This government document outlines a request for procurement regarding the acquisition of NUcleic acid Linked Immuno-Sandwich Assay reagents, aimed at facilitating biomarker discovery for neurodegenerative disease research at the Center for Alzheimer’s Disease and Related Dementias (CARD). The purpose of this acquisition is to enable advanced analysis of cellular proteomics to detect biomarkers related to Alzheimer’s Disease and Related Dementias (ADRD). Specific product requirements include the Alamar NULISAseq Inflammation Panel in a quantity of 30, which must provide high sensitivity in analyzing over 250 proteins from minimal sample volumes, attomolar sensitivity for low abundance proteins, and compatibility with the ARGO proteomics platform. Deliverables must adhere to government shipping and packaging specifications, and all materials must be in immediately usable condition upon delivery, which is expected within three months of purchase order receipt. This procurement is indicative of the government’s commitment to advancing research capabilities in critical health areas through targeted acquisitions.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
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.
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.
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.
Notice of Intent to Sole Source Immunoassays
Buyer not available
The Uniformed Services University of the Health Sciences (USUHS), part of the Department of Defense, intends to award a sole-source, firm-fixed-price contract to Meso Scale Diagnostics, LLC for the procurement of immunoassays targeting proinflammatory and neurological analytes. The contract is based on Meso Scale's exclusive V-PLEX® technology, which is specifically designed to work with their own Imager instruments currently in use at USUHS, making alternative options impractical. This procurement is crucial for enhancing USU's health education and research capabilities, which are vital for supporting military medical readiness. Interested parties are invited to submit competitive bids if they can demonstrate that competition would be beneficial, with responses required via email by the specified deadline. For further inquiries, contact Christopher White at christopher.white@usuhs.edu.
“Brand Name or Equal” Emulate Inc., Chip-R1 Rigid Chips, plus Preventive Maintenance and Repair Service on Emulate Modules
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors to provide "Brand Name or Equal" Emulate Inc., Chip-R1 Rigid Chips, along with preventive maintenance and repair services for Emulate Modules. The procurement aims to support the National Center for Toxicological Research (NCTR) in evaluating a novel brain-chip system designed to assess neurotoxicity induced by CD19 CAR T-cells, which is critical for advancing research in neurotoxicology. Interested small businesses and other vendors capable of meeting the specified technical requirements are encouraged to submit capability statements by April 28, 2025, at 1:00 PM Central Time, to Warren Dutter at warren.dutter@fda.hhs.gov. This sources sought announcement does not constitute a solicitation for proposals, and no contract will be awarded from this announcement.
Service Contract for Leica Imaging Platforms for the Laboratory of Immune System Biology (LISB)
Buyer not available
The Department of Health and Human Services, through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking a contractor to provide a service contract for the maintenance of Leica Imaging Platforms utilized by the Laboratory of Immune System Biology (LISB). The objective of this procurement is to ensure optimal operational conditions for 14 advanced microscopy instruments, which are critical for research in immunology and infectious diseases, through preventive maintenance, remedial repairs, and prompt onsite responses by factory-trained engineers. The contract will span a base period from May 1, 2025, to March 31, 2026, with four additional option periods extending through March 31, 2030. Interested vendors must submit their quotes by 3:00 PM EST on April 24, 2025, to Kathy Song at kathy.song@nih.gov, and are encouraged to address any questions by April 18, 2025.
RRPV Solicitation Summary: Central Influenza and Emerging Infectious Diseases Vaccine Immunogenicity Laboratory Services
Buyer not available
The Department of Health and Human Services, through the Biomedical Advanced Research and Development Authority (BARDA), is seeking proposals for the establishment of a Central Influenza and Emerging Infectious Diseases Vaccine Immunoassay Laboratory. This initiative aims to enhance national health security by facilitating the rapid development of vaccines in response to potential pandemics, with a focus on conducting immunoassays to support vaccine research and clinical trials. The successful offeror will play a critical role in strengthening biodefense infrastructure by providing standardized laboratory services, with proposals due by May 30, 2025, and questions accepted until April 24, 2025. Interested parties can contact Rebecca Harmon at rebecca.harmon@ati.org 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.
Advanced Instruments, LLC Osmo Pro Max.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a fixed-price sole source purchase order to Advanced Instruments, LLC for the procurement of an Osmo Pro Max automated osmometer and associated services. This acquisition is essential for the Department of Laboratory Medicine, which requires the osmometer for conducting osmolality testing on various body fluids, a critical diagnostic tool for evaluating patients' water balance and monitoring treatment efficacy. The procurement process is being conducted under FAR Part 13, allowing for a sole source acquisition due to the specific compatibility and quality assurance requirements already established with Advanced Instruments. Interested parties capable of providing similar products may submit a capability statement by April 24, 2025, to Emeka Onyejekwe at emeka.onyejekwe@nih.gov.
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.