SOURCES SOUGHT: Signatures of aging outcomes
ID: 75N95025Q00179Type: Sources Sought
AwardedMay 5, 2025
$29.3K$29,290
AwardeeHISTOSERV, INC Germantown MD 20874 USA
Award #:75N95025P00258
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
    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
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    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.
    Support for Evaluating and Conducting Computational and Alternative Toxicological Methods for the National Institute of Environmental Health Sciences
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institute of Environmental Health Sciences (NIEHS), is seeking proposals from small businesses to support the evaluation and conduct of computational and alternative toxicological methods. The objective of this procurement is to assist NIEHS in chemical hazard and risk assessment while minimizing the use of animal testing, focusing on areas such as population variability, developmental neurotoxicity, and carcinogenicity. This contract, which is a Cost-Plus-Fixed-Fee type, has a base period of performance from June 1, 2026, to May 31, 2027, with nine additional one-year options and a potential six-month extension. Proposals are due by December 19, 2025, and must be submitted electronically via the NIH eCPS website; interested parties can contact Jason Williams at jason.williams2@nih.gov or Lisa Schaupp at lisa.schaupp@nih.gov for further information.
    Sole Source Notice - Development and Maintenance of an Aged Rodent Tissue Bank
    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 modification to the University of Washington for the development and maintenance of an Aged Rodent Tissue Bank (ARTB). This modification aims to extend the contract period by 12 months, allowing for the continued collection, storage, and distribution of biospecimens from aged rodent colonies, which is critical for supporting the National Institute on Aging's mission. The services provided under this contract are essential for ongoing research and development in health-related fields, ensuring that there is no interruption in these vital services. Interested parties may express their interest and capability to fulfill this requirement within 30 days of this notice, and should direct inquiries to Robert Bailey at rob.bailey@nih.gov or Brian O'Laughlin at olaughlinb@nida.nih.gov.
    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.
    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.
    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.
    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.
    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.
    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).