In Vitro Assessments of Antimicrobial Activity
ID: 75N93024R00024Type: Solicitation
Overview

Buyer

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

NAICS

Research and Development in Biotechnology (except Nanobiotechnology) (541714)

PSC

HEALTH R&D SERVICES; HEALTH CARE SERVICES; BASIC RESEARCH (AN11)
Timeline
  1. 1
    Posted Dec 30, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 24, 2025, 7:00 PM UTC
Description

The National Institutes of Health (NIH), through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking proposals for the In Vitro Assessments of Antimicrobial Activity (IVAAA) program, aimed at evaluating the therapeutic potential of compounds against various infectious agents. This solicitation encompasses multiple task areas, including assessments of bacteria, fungi, viruses, parasites, and the development of culturing techniques for difficult-to-grow pathogens, thereby enhancing the understanding and treatment of infectious diseases. The initiative is critical for advancing public health and ensuring preparedness against emerging infectious threats, with a contract value ranging from $2,500 to $15 million, and proposals due by April 24, 2025, at 3:00 PM EDT. Interested parties can direct inquiries to Alexander Beraud at alexander.beraud@nih.gov or Brian Madgey at brian.madgey@nih.gov.

Point(s) of Contact
Files
Title
Posted
Dec 12, 2024, 8:04 PM UTC
The National Institute of Allergy and Infectious Diseases (NIAID) is issuing a Request for Proposal (RFP # 75N93024R00024) to support in vitro testing for evaluating the antimicrobial activity of compounds. This initiative aims to enhance the understanding and treatment of infectious diseases by providing efficient assessment tools integrated into the product development pipeline. The RFP outlines several Task Areas for potential contractors, specifically targeting bacteria, fungi, viruses, and challenging pathogens that require innovative culturing techniques. Contractors will be expected to manage all aspects of the work and may collaborate with other organizations as necessary. Proposals can be submitted for multiple Task Areas; however, separate submissions will be required for each. The RFP will be available online around December 30, 2024, and submissions must occur via the NIAID electronic Contract Proposal Submission (eCPS) platform. This solicitation does not guarantee contract awards, highlighting NIAID's dedication to advancing medical countermeasures effective against priority pathogens and supporting HHS partners through crucial data provision.
Apr 10, 2025, 2:06 PM UTC
The National Institute of Allergy and Infectious Diseases (NIAID) has issued Amendment One (1) to RFP-75N93024R00024, focused on in vitro assessments of antimicrobial activity. This amendment, dated January 10, 2025, maintains the original proposal submission deadline of March 10, 2025. Key updates include a cut-off date for submitting questions by February 26, 2025, and revised instructions for the Proposal Intent Response Sheet, requiring offerors to specify their proposed Task Area. Furthermore, submissions must occur via the electronic Contract Proposal Submission System (eCPS), with clear guidelines on submitting separate proposals for multiple Task Areas. The amendment also addresses inquiries related to the scope of the RFP, clarifying that in vitro assessments may involve human cells but exclude in vivo mouse infections. Additionally, it acknowledges that technologies still in development can qualify for proposal submissions if adequately justified. Overall, this amendment reiterates the unchanged terms of the original solicitation while providing essential clarifications and procedural updates, emphasizing the NIAID's procurement processes and expectations for offerors.
Apr 10, 2025, 2:06 PM UTC
Amendment Three (3) to the RFP 75N93024R00024, issued by the National Institute of Allergy and Infectious Diseases (NIAID), pertains to in vitro assessments of antimicrobial activity. This amendment includes updates such as a cutoff date for questions on the solicitation, a new deadline for proposal submissions, and an updated link for small business subcontract plans. Proposals are now due by April 24, 2025, at 3:00 PM EDT. Offerors can submit proposals for one or more task areas but must provide separate submissions for each. The document also answers various questions from potential contractors concerning proposal requirements, submission formats, page limits, and budget justifications. Key clarifications include the allowed font size for proposals and the necessity for the past performance discussions to be included in the base IDIQ section. Overall, the amendment aims to provide essential clarifications and updates, ensuring offerors understand the requirements and timelines for submitting their proposals to support NIAID’s goals in evaluating antimicrobial agents.
Apr 10, 2025, 2:06 PM UTC
The document outlines Amendment Two of the solicitation RFP-75N93024R00024 issued by the National Institute of Allergy and Infectious Diseases (NIAID) for in vitro assessments of antimicrobial activity. The purpose of this amendment is to address inquiries received about the solicitation while maintaining all previously established terms. Offerors may propose on one or more Task Areas but must submit separate proposals for each. It is specified that proposals should exclude information pertaining to other Task Areas and should comprehensively address all elements within the chosen Task Area. Additionally, Offerors can propose specific assays or target pathogens as long as they adhere to the sample task order requirements. Questions regarding the inclusion of methods related to M. tuberculosis culture under Task Area D were confirmed to be within the scope. This amendment serves to clarify application procedures, ensuring that potential contractors understand their options and requirements for submitting proposals in this competitive process.
This document outlines the proposal submission requirements for RFP # 75N93024R00024, specifically detailing the process for submitting proposals through the NIH electronic Contract Proposal Submission (eCPS) website. Proposals must be submitted electronically, and late submissions will not be accepted. Each offeror must create separate and distinct PDF files for their Technical and Business Proposals, ensuring that all documents are searchable and properly formatted. Offers can target multiple Task Areas, but each submission must be complete and not reference others. The formatting section specifies that proposals must adhere to letter-sized pages, with defined margins, font sizes, and spacing limitations to avoid disqualification. Additionally, the Technical Proposal is restricted to a maximum of 100 pages, excluding specific supplementary pages. Adherence to these submission and formatting guidelines is vital for the review process and overall acceptance of proposals. This document serves as a critical guide for government contractors responding to federal RFPs, emphasizing the importance of precise compliance with submission protocols to ensure proposal consideration.
Apr 10, 2025, 2:06 PM UTC
The document outlines the required cost information and summary for direct labor and expenses as part of a technical proposal under government RFPs. It specifies the format for detailing direct labor, material costs, travel costs, and other specified expenses over a seven-year period without disclosing individual salaries or indirect costs. The document instructs applicants to exclude the total proposal amount when submitting this information, emphasizing the need for careful presentation within the technical proposal. By providing a structured format for cost estimation, the document aims to standardize submissions and facilitate the evaluation of proposals in federal grants or RFP processes. Adhering to the outlined requirements ensures compliance with government expectations and contributes to effective budget management for proposed projects.
Apr 10, 2025, 2:06 PM UTC
The document outlines requirements for government contract proposals, specifically focusing on the qualifications and commitments of key personnel involved in the project. Offerors must provide detailed information on active federal contracts, cooperative agreements, or grants for each key individual, including their total effort committed. Additionally, organizations are required to disclose any outstanding proposals and the level of effort anticipated for the new contract. The structure emphasizes clear identification of individuals’ roles, their commitments to ongoing projects, and the expected contributions to the upcoming contract. This information is critical in assessing the capabilities and readiness of the organization and its personnel to fulfill contract obligations, ensuring compliance with government expectations for accountability and resource allocation in RFP submissions. Overall, the document reinforces the importance of transparency in personnel involvement and project commitment in the context of federal and state/local RFP processes.
The document outlines specific instructions for technical proposals related to in vitro assessments of antimicrobial activity, as part of a federal solicitation. It emphasizes the importance of adhering to a structured Table of Contents and requires detailed descriptions of offerors' capabilities, personnel qualifications, and facilities in relation to the Statement of Work (SOW). The guidelines allow for proposals on one or multiple task areas, with each submission evaluated separately. Specific sections include an overview of the technical plan, descriptions of methodologies, and a project management framework. Key areas of focus include bacterial, viral, parasitic, and vector challenges, as well as the development of new culturing techniques. Offerors must present comprehensive plans, manage subcontractor integration, ensure data quality, and provide extensive personnel qualifications. These instructions serve to align submissions with the goals of the RFP while facilitating an efficient and competitive evaluation process. Overall, the document is designed to ensure clarity and rigor in proposals submitted for federal funding in the field of antimicrobial research and development.
The document provides additional business proposal instructions and uniform cost assumptions for an RFP focused on in vitro assessments of antimicrobial activity. It outlines the requirements for structuring and submitting proposals, emphasizing that offerors can submit proposals for one or more task areas, with distinct proposals required for each. Key sections include a cover sheet, cost or price support, and detailed pricing documentation for various sample task orders, which outline specific pricing elements based on the quantity of assessments required over a ten-month period. Offerors must provide comprehensive cost breakdowns for direct labor, fringe benefits, materials, other direct costs, subcontracts, consultants, and indirect costs, ensuring transparency and allowing the Contracting Officer to assess cost realism. Travel is not authorized, and no government-furnished property is available. The document stresses the critical need for supporting documentation in compliance with the RFP to facilitate evaluations. Overall, it serves as a guide for potential contractors to prepare competitive and compliant proposals in response to government solicitations for antimicrobial research services.
The document is a Proposal Summary and Data Record form from the Department of Health and Human Services, specifically for the National Institutes of Health (NIH). It serves as a template for organizations submitting proposals in response to an RFP (Request for Proposal). Key components include essential information about the offeror, the proposed contract type, project details, budget estimations, and compliance with ethical research practices involving human and animal subjects. The form requires details such as the investigators' names, project timelines, subcontracting information, and acknowledgment of RFP amendments. It also addresses necessary reviews by Institutional Review Boards (IRBs) for human subjects and Institutional Animal Care and Use Committees (IACUCs) for vertebrate animals. The format indicates that the submission must include a signature from key personnel and can expire after a specified timeframe. Overall, this form facilitates structured responses to federal research funding opportunities, ensuring compliance and clarity in proposal submissions.
The HHS Industry User Guide for Subcontracting Plan Reviews provides essential instructions for vendors submitting subcontracting plans via the SBCX system. It outlines the navigation of the Subcontracting Plan Review page and highlights key sections, including project summaries, subcontracting goals, document uploads, and communication options with contracting officials. Vendors must identify the subcontracting plan type, report eligible subcontracting dollars, detail subcontracting goal data, specify the program administrator's role, and outline efforts to include small businesses. The guide emphasizes certifying compliance with these plans, with a provision for post-submission modifications if requested by the Contracting Officer. The evaluation process involves three approvers: the Evaluation Contracting Officer, Evaluation Small Business Specialist, and Evaluation SBA PCR. This document is critical for ensuring that subcontracting plans meet federal guidelines and promote participation of small businesses in government RFPs and grants.
Apr 10, 2025, 2:06 PM UTC
The document serves as a form for federal government requests for proposals (RFPs), specifically outlining the necessary contact information from the offeror. It requires detailed information for two key positions: a Business Representative and the Proposed Principal Investigator. Each section prompts the submission of the individual's name, title, organizational affiliation, and direct contact details, including telephone, fax, office, email, and street address. The requirement for actual street addresses instead of P.O. Box addresses emphasizes the importance of direct communication for efficient processing. This information is critical for maintaining clear and prompt engagement throughout the proposal process, ensuring all communications are directed to the appropriate personnel.
The file appears to be a technical error message related to an inability to display the contents of a document, specifically a government file associated with federal RFPs, grants, and local initiatives. It highlights issues with viewing the file, instructing users to upgrade their PDF viewer to the latest version of Adobe Reader. The document does not contain any information regarding federal RFPs, federal grants, or state and local RFPs; instead, it focuses entirely on the technical issues faced by the user. As such, there are no substantive government-related themes, proposals, or programs to summarize, and the content primarily informs about troubleshooting for accessing a file.
Apr 10, 2025, 2:06 PM UTC
The document outlines the financial reporting and invoicing requirements for contractors engaged in cost-reimbursement contracts with the National Institutes of Health (NIH). It emphasizes that payment requests must be submitted using the contractor's self-generated form or Standard Form 1034, highlighting the need for accuracy and proper documentation without a cover letter. Contractors can submit invoices biweekly, while small businesses may have more frequent submissions. Essential elements include detailing costs, identification of invoices with unique numbers, and providing necessary information such as contractor details, contract numbers, and billing periods. Specific indirect and direct costs, including labor, materials, and consultant fees, also require clear itemization and adherence to approval protocols. The instructions also indicate that certification of correctness is mandatory for payment requests. This structured approach ensures financial accountability and compliance within the framework of federal grants and contracts, facilitating transparent reimbursement processes for contracting entities.
Apr 10, 2025, 2:06 PM UTC
The document outlines the invoice instructions for fixed-price contracts under the National Institutes of Health (NIH) guidelines. It specifies the required format, frequency of payment requests, and necessary invoices' details including Contractor information, billing amounts, and item descriptions. Contractors must submit payment requests upon delivery and acceptance unless otherwise instructed by the Contracting Officer. It emphasizes the importance of legibility and completeness to avoid improper invoices being returned. Key details to include are unique invoice numbers, contract information, billing periods, and itemized descriptions. The document ensures clarity in processing payments by providing structured guidelines on how invoices need to be prepared to facilitate accurate reimbursements. Adherence to these guidelines ensures that the invoicing process aligns with federal regulations governing contracts and is critical for maintaining compliance with government RFPs and federal grants.
Apr 10, 2025, 2:06 PM UTC
The document outlines the health and safety responsibilities of contractors engaged in federal contracts concerning hazardous materials and operations. Contractors must comply with applicable federal, state, and local laws, including OSHA regulations and Nuclear Regulatory Commission standards. They are encouraged to follow various CDC and National Research Council guidelines for developing safety procedures. Additionally, contractors are required to take immediate safety measures as directed by the Contracting Officer and to report any incidents related to toxic substances or hazardous materials, including detailed findings from any regulatory citations. Non-compliance with directives can result in work stoppages without compensation for lost time. Contractors must also ensure that subcontractors adhere to these safety mandates, underlining the importance of safety and regulatory compliance throughout the contract's duration. This document serves as a framework for maintaining safety standards in operations involving potentially dangerous materials, crucial for government RFPs, federal grants, and state/local projects ensuring public health protection and environmental safety.
Apr 10, 2025, 2:06 PM UTC
The National Institute of Allergy and Infectious Diseases (NIAID) issued a Request for Proposals (RFP # 75N93024R00024) for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract under the In Vitro Assessment of Antimicrobial Activity (IVAAA) program. This program facilitates research aimed at developing and evaluating therapeutics, diagnostics, and vaccines against infectious diseases. The IVAAA will enhance the assessment of candidate medical countermeasures against over 270 infectious agents by providing in vitro testing services, thus streamlining research responses to emerging health threats. The Statement of Work details four key task areas: 1) evaluating bacteria, fungi, and toxins; 2) assessing viral pathogens; 3) studying parasites and their vectors; and 4) developing techniques for culturing difficult-to-grow pathogens. Contractors are required to develop assays, maintain quality-controlled stocks, produce reagents, and manage logistics for testing and reporting. Compliance with federal safety and regulatory standards is mandated. This RFP aims to boost preclinical research enabling NIAID and its partners to make informed decisions on therapeutic interventions, ultimately contributing to public health preparedness and response capabilities for infectious diseases and bioterrorism threats.
Apr 10, 2025, 2:06 PM UTC
This government document outlines the Sample Task Order A01 for the evaluation of antimicrobial activity against bacterial or fungal pathogens. It mandates that Offerors must select either an antibacterial or antifungal scope and provide a detailed proposal responding to specified technical requirements. The task includes determining the Minimal Inhibitory Concentration (MIC) and MIC90 of test articles against designated pathogens, with a target of conducting 200 MIC tests under appropriate laboratory conditions. The Contractor is responsible for maintaining test articles, ensuring compliance with guidelines, and delivering results within a specified timeframe. Communication is vital, requiring monthly reports to the Contracting Officer Representative (COR) and a final report summarizing all findings. The document specifies the format and content of various reports, emphasizing adherence to Section 508 compliance standards. The performance period for this task order is ten months, with defined deadlines for deliverables. This initiative showcases a structured approach to assessing antimicrobial efficacy, aligning with federal grant and RFP objectives aimed at improving public health and safety through innovative biotechnology research practices.
Apr 10, 2025, 2:06 PM UTC
The document outlines Sample Task Order A02 for the assessment of in vitro antimicrobial activity, specifically focusing on determining the in vitro efficacy of anti-toxin candidates. Offerors responding to Task Area A must submit proposals related to either A01 or A02, emphasizing the need for a singular, high-quality submission. The task order is a firm-fixed price contract aimed at determining the 50% maximal inhibitory concentration (IC50) of various anti-toxin candidates using a validated neutralization assay. Key tasks include the storage and maintenance of test articles, performance of dose response curves, and statistical analyses of results within a designated timeline. Additionally, the contractor is required to conduct monthly progress teleconferences with the Contracting Officer's Representative (COR) and submit various reports, including a final report summarizing the findings and interim compound test reports. The period of performance for this task order spans ten months, ensuring compliance with all mandated reporting requirements. This initiative reflects the government’s commitment to enhancing public health safety through effective testing and evaluation of potential anti-toxin treatments.
Apr 10, 2025, 2:06 PM UTC
This document outlines a Sample Task Order associated with Task Area B related to testing antiviral candidates' efficacy in vitro. Offerors must respond specifically to this task while not submitting multiple proposals. The core of the task is to conduct antiviral screening against a specified viral panel, assess cytotoxicity, and analyze dose-response data. The contractor is responsible for maintaining test articles, performing 200 antiviral assays, ensuring concurrent efficacy and toxicity tests, and completing assays within 30 days of receiving compounds. Communications include monthly teleconferences with reporting requirements for each assay. The task order spans ten months, culminating in a comprehensive final report detailing results and methodologies. Additional deliverables, including compound test result reports and teleconference minutes, must be submitted electronically adhering to compliance standards. This order reflects the government’s focus on enhancing public health through antiviral research in a structured and accountable manner.
Apr 10, 2025, 2:06 PM UTC
This government file outlines a Sample Task Order (C01) related to in vitro assessments of antimicrobial activity focused on parasites and vectors. It is part of a request for proposals (RFP) in Task Area C, with the intent to determine the efficacy of antiparasitic or vector repellent candidates. Proposals must respond exclusively to Task Area C, concentrating on either antiparasitic or anti-vector testing. The order specifies that contractors will conduct testing on 20 selected candidate test articles to ascertain their effectiveness in inhibiting parasite growth or repelling vectors, with detailed methodologies outlined for both types of evaluations. Testing must be performed within a specified time frame, and regular communication through monthly teleconferences is mandated to report progress. The deliverables include a comprehensive final report detailing results, methodology, and any encountered issues, along with ongoing reports after testing each compound. The task order is structured with specific performance periods, pricing, and requirements that reflect the project's scope, underpinning its relevance in addressing public health challenges related to parasitic diseases and vector control. The file serves as a foundational guideline for potential contractors aiming to secure government funding or grants by establishing clear expectations and criteria.
Apr 10, 2025, 2:06 PM UTC
The document outlines a sample task order (D01) for Offerors responding to a federal RFP aimed at developing culturing methods for difficult-to-culture pathogens. The task encompasses creating effective in vitro culture techniques to determine Minimal Inhibitory Concentration (MIC) or susceptibility indices for various pathogens. Offerors are required to submit their best proposal targeting Task Area D, focusing strictly on the methods and associated budget for the proposed task. The scope includes systematic exploration for developing reproducible culturing strategies while documenting efforts, both successful and unsuccessful. Regular communications and reporting, including monthly teleconferences and reports, are mandated to ensure progress is documented and issues addressed. A final comprehensive report summarizing all work conducted must also be submitted. The contract is structured as a Level-of-Effort, Cost Reimbursement type task order, allowing for 832 direct labor hours over a 12-month performance period. Deliverables are specified, including timely report submissions and compliance with accessibility standards. This task order is part of broader federal efforts to advance public health through improved pathogen research methodologies.
Apr 10, 2025, 2:06 PM UTC
The solicitation numbered 75N93024R00024 from the National Institute of Allergy and Infectious Diseases (NIAID) seeks proposals for In Vitro Assessments of Antimicrobial Activity (IVAAA). This request, effective from December 30, 2024, and due by March 10, 2025, is a Multiple Award Indefinite Quantity contract with a minimum payment of $2,500 and a maximum of $15 million through January 14, 2033. Proposals should furnish in vitro assay capabilities for various infectious diseases, covering areas such as bacteria, viruses, fungi, parasites, and culturing methods for difficult pathogens. Participants must be registered with the System for Award Management (SAM) and comply with multiple government regulations regarding reporting, deliverables, and cost allocations. Additionally, there are specific guidelines concerning the ethical handling of human subjects and materials, confidentiality, and oversight of Dual Use Research. The contract mandates strict adherence to NIH policies on scientific rigor, transparency, and public access to publications emanating from funded research. This solicitation reflects the government's commitment to advancing health-related research and ensuring responsible management of federal funds.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
NIAID High Containment Integrated Research Facility Fort Detrick, Frederick, MD (IRF-Frederick)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH) and specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking qualified small business sources to provide operational, scientific, and administrative support services at the Integrated Research Facility (IRF-Frederick) located at Fort Detrick, Maryland. The primary objective of this Sources Sought Notice is to enhance research capabilities focused on infectious diseases and biodefense, particularly in conducting high-containment studies and evaluating medical countermeasures. The anticipated contract will span one base year with six additional one-year options, emphasizing the need for continuous operation and emergency preparedness in a biosafety level 4 environment. Interested parties must submit their capability statements by April 11, 2025, detailing relevant experience and operational capacity, and can contact Matt Lear at matt.lear@nih.gov or Rosemary Gomes at Rosemary.Gomes@nih.gov for further information.
A Human Multi-Organ Tissue Equivalent Platform to Model High Consequence Threat Agents
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking a contractor to develop a Human Multi-Organ Tissue Equivalent Platform aimed at modeling high consequence threat agents. This initiative focuses on creating a micro-engineered organ/tissue equivalent platform that will facilitate the modeling of pathogenic outcomes from emerging infectious diseases and the testing of medical countermeasures, particularly for respiratory viruses such as SARS-CoV-2, MERS, and pandemic H1N1 influenza. The project is critical for enhancing the military's capability to protect warfighters from both natural and manmade threats, ensuring rapid identification of effective medical responses. Interested contractors must submit their capabilities by 10:00 AM EST on April 14, 2025, and can direct inquiries to Kirstin L. Quinn at Kirstin.L.Quinn.civ@health.mil.
75N93025R00013 - Medical Residents for NIH's Clinical Center
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for the provision of Medical Residents at its Clinical Center in Bethesda, Maryland. The contract, identified as RFP No. 75N93025R00013, aims to enhance clinical care for adult and pediatric inpatients involved in research, requiring contractors to supply up to four postgraduate medical residents who will deliver essential medical services. Proposals must be submitted by April 14, 2025, with a total contract value ranging from $2,000 to $7,500,000 over a performance period from May 31, 2025, to May 30, 2030. Interested parties can direct inquiries to Sevag Kasparian or Maya Joseph via their respective emails for further clarification on the proposal requirements.
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.
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.
Scientific, Technical Research and Project Management Support Services for USAMRIID
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking contractor support for scientific, technical research, and project management services for the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) located in Frederick, Maryland. The procurement aims to provide non-personal support services essential for USAMRIID's mission to protect against biological threats, investigate disease outbreaks, and develop medical capabilities against emerging biological agents. This opportunity emphasizes the need for qualified personnel with expertise in various scientific disciplines, including bacteriology, molecular biology, and virology, to ensure compliance with stringent safety regulations in BSL-2 through BSL-4 biocontainment laboratories. Interested parties should direct inquiries to Christina Lewis or Jayme Fletcher via the provided email addresses, with proposals due as outlined in the solicitation documents.
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.
NULISAseq CNS Disease Panel 120 Kit or Equivalent
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking information from qualified sources regarding the availability of the Alamar NULISAseq CNS Disease Panel 120 Kit or equivalent products. The objective is to procure three kits to aid in the investigation of biomarkers for neurodegenerative diseases, which are critical for early diagnosis and potential preventive measures. This procurement is essential for the NIH's Laboratory of Clinical Investigation, which focuses on isolating and measuring biomarkers from patient plasma to improve disease detection and management. Interested companies must submit their capability statements by April 11, 2025, to Eric McKay at eric.mckay@nih.gov, ensuring they include relevant details such as their business type and manufacturing information.
Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
Buyer not available
The Department of Health and Human Services, through the Biomedical Advanced Research and Development Authority (BARDA), is soliciting proposals under the Broad Agency Announcement (BAA) BAA-23-100-SOL-00004 for advanced research and development of Medical Countermeasures (MCMs) aimed at addressing public health threats such as chemical, biological, radiological, and nuclear (CBRN) incidents, as well as emerging infectious diseases and pandemic influenza. The initiative seeks to foster public-private partnerships to enhance the development and responsiveness of life-saving MCMs, emphasizing the importance of technological maturity, regulatory compliance, and manufacturing standards in the evaluation process. This opportunity is critical for strengthening national health security and improving preparedness for future public health emergencies, with an open submission period running until September 25, 2028, at 4:30 PM Eastern Time. Interested parties can direct inquiries to BARDA-BAA@hhs.gov for further information.
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.