Bag-In/Bag-Out
ID: L20250310Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH A E CONSTRUCTIONBETHESDA, MD, 20892, USA

NAICS

Facilities Support Services (561210)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is soliciting proposals for Bag-In/Bag-Out Filter Maintenance and Replacement Services, with a focus on small business participation. The contractor will be responsible for monitoring and maintaining various filter systems, including those in the David P. Rall Building and the Waste Handling Facility, ensuring compliance with environmental health standards and safety protocols. This contract is crucial for maintaining operational efficiency and safety in NIH facilities, with proposals due by April 4, 2025, following a site visit scheduled for March 26, 2025. Interested parties should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further information.

    Files
    Title
    Posted
    The National Institutes of Health (NIH) Office of Research Facilities is soliciting proposals for Bag-In/Bag-Out Filter Maintenance and Replacement Services, set aside for small businesses. The RFQ requests comprehensive quotations for filter services at Buildings 101 and 108 in Research Triangle Park, NC, covering a base year and five option years. The contractor will be responsible for monitoring and maintaining various filter systems, ensuring compliance with safety and quality standards, while also detailing the required scope of work including filter types, monitoring procedures, and emergency protocols. Proposals must detail costs for filtration services, including the specifics of filter replacement and monitoring frequencies. There’s a strong emphasis on adherence to environmental health standards, safety plans, and quality control measures. Deliverables include service reports post-maintenance, proposed quarterly monitoring schedules, and a comprehensive quality assurance plan. The contract will be awarded based on a comparative evaluation of price, past performance, and technical acceptability. The submission deadline for proposals is March 25, 2025, and no modifications to proposals will be considered after this date.
    This amendment addresses inquiries related to a federal Request for Information (RFI) concerning the specifications and procedures for a contract involving PALL and Flow Science filters. Key points clarified include that filters must adhere to manufacturer recommendations, and contractors have discretion in decontamination procedures and waste disposal, provided they comply with local regulations. The contract allows flexibility in scheduling biannual differential pressure monitoring and outlines emergency notification procedures. Personnel performing the work must possess specific qualifications, including a minimum of three years' relevant experience and compliance with local, state, or federal certification requirements. The Quality Assurance Plan is detailed in an attachment, emphasizing safety protocols and responsibilities for contractors in maintaining site safety and cleanliness. The document reflects the government's effort to ensure adherence to standards in environmental management and personnel qualifications in the context of federal requests for proposals and grants, ultimately aimed at upholding operational efficiency and safety compliance.
    The document serves as an amendment to a solicitation by the National Institute of Health (NIH) regarding the bidding process for a contract related to environmental health services. Key changes include an extension of the proposal due date to April 4, 2025, and scheduling a site visit for potential bidders on March 26, 2025. Registration for this visit requires pre-registration and valid photo ID due to security protocols. Additionally, answers to two significant Requests for Information (RFIs) are provided, addressing the contract's nature—confirming it is not new but a continuation of an existing contract—along with specific details on filter models necessary for compliance. The document also references the applicable U.S. Department of Labor wage determination under the Service Contract Act, which outlines minimum wage requirements and benefits for workers involved. Overall, the document is structured to ensure transparency and compliance, emphasizing importance for potential contractors to adhere to outlined prerequisites and regulations when submitting proposals.
    Lifecycle
    Title
    Type
    Bag-In/Bag-Out
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Lab Water Purification
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking qualified contractors for a federal contract focused on the maintenance and operation of laboratory water purification systems at the National Institute of Environmental Health Sciences (NIEHS) in Durham, North Carolina. The contract encompasses quality assurance, preventive maintenance, emergency repairs, and installation of Point-of-Use (POU) laboratory water purification systems and Reverse Osmosis equipment, ensuring compliance with specific water quality standards. This procurement is critical for maintaining the integrity of laboratory operations, as it involves the upkeep of 196 POU systems and six Reverse Osmosis systems, with a contract period starting January 1, 2026, and extending through December 31, 2026, with options for additional years. Interested vendors should contact Michele Johnson at michele.johnson@nih.gov or Amanda Tilton at amanda.tilton@nih.gov for further details, and note that proposals are due by September 10, 2024.
    Operation and Maintenance of a Murine Pathogen-Free Mouse Breeding Facility
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors for the operation and maintenance of a Murine Pathogen-Free Mouse Breeding Facility. This procurement aims to ensure the facility operates efficiently, providing essential support for research involving pathogen-free mice, which are critical for various biomedical studies. The contract will be managed under the PSC code R707, indicating a focus on management and support services. Interested parties can reach out to Sevag Kasparian at Sevag.Kasparian@nih.gov or 240-669-5177, or Gabriel Contreras at gabriel.contreras@nih.gov or 240-292-4828 for further details regarding the opportunity.
    NIH COGEN Maintenance and Repair
    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 for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.
    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.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    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 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.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Leica Microsystems equipment utilized by the Division of Intramural Research (DIR). This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory instruments and equipment, which are essential for ongoing research activities. The maintenance services will be performed in Rockville, Maryland, and interested vendors can reach out to Hershea Vance at hershea.vance@nih.gov or 301-761-6404, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details. The opportunity is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    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.
    Renewal of Maintenance Services for Philips Imaging Equipment at the Integrated Research Facility (IRF) at Fort Detrick, Maryland
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Philips imaging equipment located at the Integrated Research Facility (IRF) in Fort Detrick, Maryland. This procurement aims to ensure the continued operational efficiency and reliability of critical imaging equipment used in research and clinical applications. The maintenance services are vital for supporting ongoing research initiatives and ensuring compliance with safety and operational standards. Interested vendors can reach out to Danielle Tines at danielle.tines@nih.gov or by phone at 406-363-9251, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details regarding the justification and approval documentation.