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
    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
    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.
    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.
    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.
    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.
    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
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    Single-Nuclei Multiome Analysis of Human Brain Tissue, iPSC-Derived Cells and Human Dorsal Root Ganglion
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified entities to conduct a Single-Nuclei Multiome Analysis of Human Brain Tissue, iPSC-Derived Cells, and Human Dorsal Root Ganglion. This procurement aims to advance research in medical laboratory testing by analyzing complex biological samples to enhance understanding of neurological conditions. The work is critical for developing innovative treatments and therapies in the field of neuroscience. Interested parties can reach out to Maggie Brant at maggie.brant@nih.gov or KJ Shaikh at KJ.Shaikh@nih.gov for further details regarding this opportunity.
    Inflammatory and Vascular Diseases Scientific Support
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a contract for Inflammatory and Vascular Diseases Scientific Support to Exonova Biosciences. The procurement aims to secure the services of a highly qualified scientist with extensive expertise in immunology and hereditary autoinflammatory diseases, who will contribute to the NIH's Biomedical and Metabolic Imaging Branch's research initiatives. This contract is crucial for advancing understanding in the fields of inflammation and vascular biology, particularly in relation to metabolic disorders, and is set to commence on January 1, 2026, with a performance period extending through December 31, 2026. Interested parties must respond by December 15, 2025, and can direct inquiries to Kimesha Leake at Kimesha.leake@nih.gov.
    A--Biologic Specimen and Data Repositories Information Coordinating Center (BioLIN
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking information regarding the Biologic Specimen and Data Repositories Information Coordinating Center (BioLINCC). This opportunity aims to gather insights on the capabilities and qualifications of potential contractors who can support the management and coordination of biologic specimen and data repositories. The services are critical for advancing health research and ensuring the integrity and accessibility of biological data for various studies. Interested parties can reach out to Natalie E. Bruning at natalie.bruning@nih.gov or by phone at +1 301 827 7528 for further details regarding this sources sought notice.
    All Sites Primary Barrier Equipment and Decontamination Services
    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 firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    Notice of Intent to Sole Source – Life Technologies Corp.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Life Technologies Corporation for the procurement of reagents and consumables necessary for operating Life Technologies instruments at the NIH Clinical Center's Department of Laboratory Medicine. This acquisition is critical as the reagents have been validated for specific assays, including BCR-ABL fusion, cKIT mutation, and JAK2 mutation assays, ensuring consistency in patient testing and avoiding potential delays in patient care that could arise from switching vendors. Interested parties may express their interest and capabilities to the NIH by contacting Kristin Nagashima at kristin.nagashima@nih.gov, with comments due by December 17, 2025, at 12 PM EST.
    Assay Development for Superior Understanding of Response and Efficacy (ASSURE)
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Office of Assistant Secretary for Preparedness and Response (ASPR BARDA), is soliciting proposals for the ASSURE program, which focuses on the development of innovative assays to evaluate immune responses to infections and vaccinations. The primary objective is to create multiplexed, high-throughput, scalable, and sample-sparing assays that can assess immune status in response to chemical, biological, radiological, and nuclear (CBRN) threats, pandemic influenza, and other emerging infectious diseases. Approximately $8 million is available for four to five awards, with proposals evaluated based on technical approach, relevant experience, and cost reasonableness. Interested parties must submit an abstract by December 18, 2025, and can contact Rebecca Harmon at rebecca.harmon@ati.org or 843.760.3358 for further information.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    R--Repository for Osteoarthritis Initiative
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking repository services for the Osteoarthritis Initiative. The primary objective of this procurement is to engage services for the archiving, storage, maintenance, and retrieval of biological specimens associated with the initiative sponsored by the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS). This acquisition is crucial for ensuring the integrity and accessibility of valuable biological data that supports ongoing research in osteoarthritis. Interested parties can reach out to Derek Bowks at derek.bowks@nih.gov for further information regarding this opportunity.
    Serological Assays for the Detection and Characterization of Influenza Viruses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for "Serological Assays for the Detection and Characterization of Influenza Viruses." The procurement aims to secure services for performing Hemagglutinin Inhibition (HAI) assays on approximately 6,000 human samples annually, with the potential for surge support up to 10,500 tests, alongside the development of new high-throughput serology assays. This initiative is crucial for enhancing the CDC's capabilities in monitoring and responding to influenza outbreaks. Interested parties should note that the solicitation has been reopened, with key deadlines extended, and are encouraged to contact Jennifer Gartzke at jgartzke@cdc.gov for contractual inquiries. The contract will span a base period of 12 months with four additional option years, and all work must comply with Section 508 accessibility standards.