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
Plasma assays of Alzheimer’s disease biomarkers (abeta42, abeta40, ptau217 ) using the Lumipulse assays on the Fujirebio G1200 in the Baltimore Longitudinal Study of Aging (BLSA)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to perform plasma assays of Alzheimer’s disease biomarkers (abeta42, abeta40, ptau217) using Lumipulse assays on the Fujirebio G1200 for the Baltimore Longitudinal Study of Aging (BLSA). The contractor will analyze approximately 4,000 serum/plasma samples, employing senior research specialists to ensure continuity and consistency with prior assays, ultimately contributing to the understanding of cognitive decline and Alzheimer’s disease. This procurement is critical for advancing research on early identification and treatment of Alzheimer’s and related dementias, with a contract period anticipated from May 1, 2025, to April 30, 2026. Interested parties must submit their proposals by 9:00 a.m. EDT on April 11, 2025, to Emily Palombo at emily.palombo@nih.gov.
iNDI ALFAtag cell lines for the iPSC Neurodegenetive Disease Initiative (iNDI) project
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the procurement of iNDI ALFAtag cell lines as part of the iPSC Neurodegenerative Disease Initiative (iNDI) project. The objective is to generate up to 230 isogenic iPSC cell lines, including fluorescent ALFAtags for visualization, adhering to established quality control standards for research on Alzheimer's disease and related dementias. This initiative is crucial for advancing scientific understanding of neurodegenerative diseases and creating a publicly accessible cell repository. Interested vendors must submit their proposals by April 15, 2025, at 12:00 PM Eastern Time, to Andrea Clay at amcgee@nih.gov, referencing solicitation number 75N95025Q00078.
Signatures of aging outcomes
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to perform comprehensive immunohistochemistry analysis of 2,184 mice tissue samples as part of a project aimed at building proteomic signatures of aging outcomes. The contractor will be responsible for a full histological analysis, including tasks such as tissue trimming, cassette preparation, paraffin embedding, sectioning, staining, and imaging, with deliverables due within one year from the date of award. This procurement is critical for advancing the understanding of aging through rigorous scientific analysis, and the anticipated contract will be awarded as a firm fixed-price purchase order. Interested parties must submit their proposals by April 22, 2025, at 3:00 PM Eastern Daylight Time, to Rashiid Cummins at Rashiid.Cummins@nih.gov.
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.
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 for BD Flow Cytometry Antibodies Reagents
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is issuing a Notice of Intent for a sole-source procurement of various flow cytometry antibodies from BD. The procurement encompasses 28 types of antibodies along with associated shipping and handling costs, which are critical for research and diagnostic applications in the field of immunology and infectious diseases. This opportunity is not a request for proposal; however, other suppliers capable of providing comparable products are invited to submit capability statements via the NIAID's electronic Simplified Acquisition Submission System (eSASS) by April 17, 2025, at 10:00 am. Interested vendors must register in the eSASS system to participate, and all submissions will be evaluated at the Government's discretion.
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 LABORATORY EQUIPMENT AND SUPPLIES
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 Plexon, Inc. for the procurement of laboratory equipment and supplies essential for research purposes. The contract will cover various items including headstages and cables, multi-electrode arrays, acquisition and analysis software, an overhead camera system, and optogenetics systems, all of which are critical for data acquisition and analysis in laboratory settings. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the Contract Specialist, Ms. Van Holley, by 9:00 AM ET on April 18, 2025. Responses must include company details and product specifications, and all contractors must be registered with the System for Award Management (SAM).
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.
MAINTENANCE SERVICES FOR THERMOFISHER MANUFACTURED CENTRIFUGES & INCUBATORS
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 maintenance services for 23 incubators and 16 centrifuges located in Bethesda, Maryland. The procurement requires priority onsite repair during business hours, annual preventive maintenance, rapid response for corrective repairs, and unlimited phone and email support, emphasizing the critical role of these laboratory instruments in health research. Interested vendors must provide OEM authorization to deliver these services and be registered in the System for Award Management (SAM), with quotes due by April 10, 2025, under solicitation number RFQ-NIAID-25-2257534. For further inquiries, vendors can contact Leah Hinson at leah.hinson@nih.gov.