SOURCES SOUGHT: Signatures of aging outcomes
ID: 75N95025Q00179Type: Sources Sought
Overview

Buyer

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

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 1:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Apr 8, 2025, 6:05 PM UTC
The document outlines the representation requirements regarding certain telecommunications and video surveillance services or equipment, as mandated by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It prohibits federal agencies from procuring equipment, systems, or services that incorporate covered telecommunications equipment or services. The offeror must declare whether they will or will not provide covered telecommunications equipment to the government, and if they do, they are required to disclose specific information about that equipment and its intended use. The document emphasizes the need for a reasonable inquiry to assess the usage of covered telecommunications services and highlights procedures for reviewing excluded parties in the System for Award Management (SAM). It serves as a compliance measure to safeguard sensitive government operations from potential risks associated with unauthorized telecommunications services, aligning with broader national security concerns.
Apr 8, 2025, 6:05 PM UTC
The provision 52.204-26 addresses the representation concerning "covered telecommunications equipment or services" when offering products or services to the federal government. It defines relevant terms and mandates that offerors conduct due diligence by reviewing the System for Award Management (SAM) for entities excluded from federal awards due to these concerns. The offeror must state whether it does or does not provide or use such equipment or services as part of any contract or subcontract. A certification section requires the signature and details of an authorized individual from the organization, affirming compliance with these requirements. This provision is essential in ensuring that federal contracts are free from the risks associated with specified telecommunications and surveillance technologies.
Apr 8, 2025, 6:05 PM UTC
The document outlines the "Addendum to FAR 52.212-4," which specifies the terms and conditions for commercial item contracts within the federal procurement process. It emphasizes the order of precedence for resolving inconsistencies in the solicitation or contract, detailing the hierarchy from the schedule of supplies/services to specifications and attachments. It defines "Commercial supplier agreements" as conditions offered by vendors for the use of supplies or services and stipulates how these agreements are applied when the U.S. Government is the end user. Key clauses regarding law jurisdiction, dispute resolution, and material changes to terms are included, ensuring that federal law governs agreements to protect the Government's interests. The addendum prohibits automatic renewals and defines audit terms, indemnification, non-assignment conditions, and guidelines for handling confidential information. This document’s main purpose is to clarify the relationship between commercial suppliers and federal agencies during contracting, ensuring compliance with federal regulations while addressing specific operational protocols in procurement settings. It is critical for federal granting, RFP procedures, and contract management, aiming to protect government interests and establish clear operational standards.
This document outlines the Federal Acquisition Regulation (FAR) clauses applicable to contractors involved in the acquisition of commercial items and services. It specifies that contractors must adhere to numerous clauses that enforce legal provisions or Executive orders related to government contracts, including ethics, whistleblower protections, subcontractor limitations, and labor standards. Key clauses include requirements for reporting executive compensation, restrictions on contracting with certain foreign entities, and mandates for small business participation. It also emphasizes the importance of sustainable practices and whistleblower rights, along with compliance with various federal laws regarding labor and procurement. The comprehensive list of clauses aims to ensure transparency, protect government interests, and promote equitable contracting, particularly for small and disadvantaged businesses. The document serves as a critical reference for contractors to align their practices with federal regulations in order to secure government contracts successfully.
Apr 8, 2025, 6:05 PM UTC
The document outlines the certification provision for certain government contracts concerning the applicability of the Service Contract Labor Standards (SCLS). It requires offerors to certify whether the services offered are regularly sold to non-governmental entities, based on established catalog or market prices. Additionally, it stipulates that employees should spend minimal time (less than 20% of their work hours) on government contracts and that compensation plans for service employees must align with those for commercial customers. Compliance with these conditions determines whether the SCLS statutes apply to the offeror. If certified, the Service Contract Labor Standards clause may be excluded from the resulting contract. Conversely, failure to certify requires notification to the Contracting Officer, who cannot award the contract without proper execution of the certification. This provision is crucial in clarifying the labor standards applicable to certain contracted services, ensuring that federal and state procurement processes are adhered to, and maintaining fair labor practices in government contracting. The emphasis on certification aims to protect labor rights while allowing flexibility for certain service contracts.
Apr 8, 2025, 6:05 PM UTC
The document outlines the invoice and payment provisions applicable to Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement Calls under the federal government's Prompt Payment Act. It specifies the necessary requirements for submitting a proper invoice, which must include detailed information such as vendor identification, invoice dates, Unique Entity Identifier (UEI), and line item matching against the contract. Invoices must be submitted electronically via the Department of Treasury’s Invoice Processing Platform (IPP) and are subject to a 30-day payment timeline post-receipt or acceptance of supplies/services. Additionally, there are guidelines concerning interest penalties for delayed payments, emphasizing that penalties apply when proper invoices and receiving reports are filed without disputes over quality or compliance. The document also establishes provisions for accelerated payments to small business subcontractors, ensuring they receive prompt payments which must be promoted within all relevant contracts. The purpose of this document is to clarify financial transaction protocols, ensuring compliance, efficiency, and support for small businesses within government contracts and grants, aligning with regulatory expectations.
Apr 8, 2025, 6:05 PM UTC
The National Institute on Aging (NIA) requires a contractor for immunohistochemistry analysis of 2,184 tissue samples from mice across various age groups. This project aims to identify age-associated phenotypic changes in different organs as part of building proteomic signatures of aging outcomes. The contract entails complete histological analysis, including tasks such as tissue trimming, cassette preparation, embedding, sectioning, staining, and imaging. The performance period is set for one year, and deliverables will include electronic images and stained slides, all due within 364 days of sample receipt. The contractor is expected to provide progress reports throughout the contract, detailing completed tasks and any issues encountered. Key personnel should have a Master’s or PhD in a laboratory science and at least five years of relevant experience. The NIA will retain unlimited rights to all deliverables, ensuring complete ownership of the outputs. This project illustrates a focused effort by NIA to advance understanding of aging through rigorous scientific analysis and collaboration with specialized contractors.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Sources Sought
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.
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.
National Institute on Aging Animal Care Support Services
Buyer not available
The National Institute on Aging (NIA), part of the Department of Health and Human Services, is seeking qualified small businesses to provide comprehensive animal care support services for its Intramural Research Program (IRP) focused on aging and related diseases. The contractor will be responsible for a range of services including animal husbandry, veterinary support, technical research assistance, and ensuring compliance with strict animal welfare standards at the Biomedical Research Center (BRC) in Baltimore, Maryland. This opportunity is critical for maintaining the integrity of research data and the humane treatment of laboratory animals, reflecting the NIA's commitment to rigorous scientific standards. Interested parties must submit their capability statements by April 17, 2025, to Emily Palombo at emily.palombo@nih.gov and Karen Mahon at karen.mahon@nih.gov, with a focus on demonstrating their qualifications and compliance with the specified requirements.
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.
Purchase of Lab Supplies
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide various lab supplies, including cleaning and sanitation products, under solicitation number 75N98025Q00021. The procurement aims to ensure the NIH is equipped with essential supplies such as paper towels, disinfectant wipes, and hand soap, which are critical for maintaining hygiene and safety in healthcare environments. This opportunity includes a partial small business set-aside, encouraging participation from small businesses, including service-disabled veteran-owned and women-owned enterprises, with a focus on timely delivery within a 10-day timeframe. Interested vendors must submit their quotes via email by 4:30 PM Eastern Daylight Time on April 9, 2025, and can direct inquiries to Carol Hayden at haydenc@od.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.
A--Repository of Mouse Models for Down Syndrome
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH) and specifically the Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD), is announcing its intent to negotiate a sole-source contract with Jackson Laboratory for the establishment and maintenance of a Repository of Mouse Models for Down Syndrome. This initiative aims to produce, acquire, maintain, and distribute genetically characterized mouse models, particularly focusing on the Ts65Dn strain, to support cytogenetic research related to Down syndrome. The contractor will also be responsible for essential tasks such as cryopreservation, pathogen testing, and phenotypic characterization, with ongoing consultations with a Scientific Advisory Board to align with the research community's needs. Interested parties are encouraged to submit capability statements by the specified deadline, as this contract is anticipated for one year with options for four additional periods, and is not currently open for competitive proposals. For further inquiries, contact Dana L. Harris at harrisd@mail.nih.gov or +1 301 443 7798.
Q301--Unrestricted- Immunohistological Stains Reference Testing for Rocky Mountain Regional VA Medical Center
Buyer not available
The Department of Veterans Affairs is soliciting proposals for an unrestricted contract to provide immunohistological stains reference testing for the Rocky Mountain Regional VA Medical Center. The contractor is required to deliver comprehensive laboratory testing services in-house, ensuring sample integrity and adhering to strict turnaround times for various tests, which range from 2-5 days for stains to 7-14 days for molecular testing. This procurement is critical for delivering high-quality healthcare services to veterans, emphasizing the importance of accurate and timely laboratory diagnostics for malignancies. Interested vendors should note that the deadline for submitting proposals has been extended to April 10, 2025, and can contact Contracting Specialist Lindsey M Zwaagstra at Lindsey.Zwaagstra@va.gov for further information. The estimated contract value is approximately $41.5 million, covering a five-year period from July 1, 2025, to June 30, 2030.
Extended Warranty and Technical Support for BBI-piPET-314-13
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA), is seeking quotations for an extended warranty and technical support for the BBI-piPET-314-13 primate PET scanner, which is crucial for conducting imaging studies on preclinical models related to substance use disorders. The procurement aims to ensure the continued high-quality performance of the scanner through a service contract that includes annual preventive maintenance, software updates, on-site diagnostic and repair services, and emergency support. This opportunity is a total small business set-aside, with a firm-fixed-price contract anticipated to cover a 12-month base period from April 18, 2025, to April 17, 2026, along with two optional 12-month extensions. Interested vendors must submit their quotes, including necessary documentation to verify business size, by April 9, 2025, to the Contract Specialist, Shaun Rostad, at shaun.rostad@nih.gov.
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, under RFP No. 75N93025R00013. The contract aims to enhance clinical care for adult and pediatric inpatients involved in NIH research, requiring contractors to supply postgraduate medical residents who will deliver primary medical care and respond on-site within an hour when called. This initiative is crucial for bolstering healthcare services at the NIH, ensuring compliance with federal regulations, and maintaining high standards of patient care. Interested offerors must submit their proposals by April 14, 2025, and can direct inquiries to primary contact Sevag Kasparian at Sevag.Kasparian@nih.gov or secondary contact Maya Joseph at Maya.Joseph@nih.gov.