THERAKOS CELLEX Photopheresis System Procedural Kits
ID: 24-011158Type: Presolicitation
Overview

Buyer

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

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

DRUGS AND BIOLOGICALS (6505)
Timeline
    Description

    Presolicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF is planning to procure THERAKOS CELLEX Photopheresis System Procedural Kits. These kits are typically used for extracorporeal photopheresis therapy to patients post stem-cell transplantation on the existing government owned THERAKOS CELLEX Photopheresis System Instrument. The procurement will be a one-time fixed price contract awarded to Therakos Inc. on a sole source basis. The kits are required for emergent Extracorporeal Photopheresis (ECP) procedures for Clinical Center patients in Bethesda, Maryland. The acquisition is being conducted using policies unique to the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures. Interested parties capable of providing the same or similar products may submit a capability statement for consideration. Comments can be submitted to the Office of Purchasing and Contracts until July 29, 2024.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
    Active
    Health And Human Services, Department Of
    Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits The Department of Health and Human Services, Department of, National Institutes of Health, is planning to procure BD Rhapsody Single-Cell Analysis Reagent Kits. These kits are used for the manufacture of human cells and tissue-based products utilized in phase I/II clinical protocols for transplantation, adoptive immunotherapy, and gene therapy conducted in the Clinical Center at the NIH. The procurement includes a standing order for multi-type sequencing kits and reagents with a short shelf life. The contractor will be responsible for shipping the sufficient reagents and kits following the scheduled delivery dates. The shelf life of the sequencing reagents should be at least 3 months, and the shelf life of library generation kits should be at least 6 months. The contractor is also required to provide technical support for all kits and reagents at no additional cost. The period of performance for this procurement is from 5/1/2024 to 8/30/2024. The delivery schedule is overnight delivery Monday through Thursday to the Center for Cellular Engineering (CCE) at NIH/CC in Bethesda, MD. The vendor will be responsible for ensuring the safe transport of cryopreserved patient cells and maintaining the temperature and other parameters during the shipment of reagents and kits. The contractor will be paid per product delivered and is required to provide hard copies of proofs of each product delivered. Interested parties can submit their capabilities to the Office of Purchasing and Contracts by May 1st, 9:00 AM EST. Please note that this is not a request for proposal.
    Platinum TAQ DNA Polymerase kit, 5000 reactions per kit
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) intends to award a Firm-Fixed Price Contract to Life Technologies Inc. for the provision of the Platinum TAQ DNA Polymerase kit, which supports 5000 reactions per kit. This procurement is specifically aimed at supporting the BioWatch Laboratory Operations, highlighting the critical role of this reagent in public health and safety initiatives. Interested vendors are invited to express their capabilities by emailing Leslie Lucas at leslie.lucas@hhs.gov by 10:00 am EST on September 18, 2024, although the government reserves the right to proceed without competition under the authority of specific federal regulations.
    Maintenance Support Agreement-eFlow
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) intends to negotiate a sole source contract with NMS Imaging Inc. for maintenance and support of the Electronic Workflow (eFlow) system. This procurement is necessary as NMS Imaging is the sole provider capable of delivering the required maintenance services, having developed and customized the eFlow system. The maintenance and support are critical for the continued functionality and efficiency of the eFlow system, which plays a vital role in HHS operations. Interested parties that believe they can provide the required services must submit a capabilities statement by September 20, 2024, at 12:00 PM Eastern Time to Bryan Daines at bryan.daines@psc.hhs.gov.
    Maintenance of Baxter CVVH Prismax and Thermax system by Baxter/Vantive US Healthcare LLC (Notice of Intent to sole source)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole-source contract with Vantive US Healthcare LLC for the maintenance of Baxter's Continuous Veno-Venous Hemofiltration (CVVH) devices and associated equipment. The contract will cover the maintenance of five PRISMAX CVVH hemofiltration devices and five Thermax blood warmers, ensuring compliance with the manufacturer's maintenance standards and the operational integrity of critical medical equipment used in patient care. This equipment is vital for treating patients with acute renal failure, and the contract is structured for one base year with four option years, commencing on September 23, 2024. Interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 11:00 AM EST on September 11, 2024, for consideration.
    Gore Medical branded stents (Brand Name restriction)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, National Institutes of Health seeks to procure specific medical devices for use in interventional radiology procedures. These are brand-restricted items, with the National Institute of Health specifying Gore Medical branded stents. The scope of work involves supplying several variants of two medical devices: Viatorr Tips Endo CX and Viabahn BX Balloon Expander Endo. The Viatorr Tips are measured in millimeters and vary in length, while the Viabahn BX Balloon Expanders are used in catheterization procedures. The medical devices are intended for minimally invasive procedures. The bill of materials provided outlines the exact models and quantities sought. Offerors must provide the following: 1 unit of Model PTB8105275, ID 00733132635016 - 8-10mmX5cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8107275, ID 00733132635030 - 8-10mmX7cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model PTB8108275, ID 00733132635047 - 8-10mmX8cm/2cm 10Fr VIATORR TIPS ENDO CX 1 unit of Model BXB083901A, ID 00733132658718 - 8MMX39MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO 1 unit of Model BXB085901A, ID 00733132658732 - 8MMX59MM 7Fr 80CM Cath RP VIABAHN BX BALLOON EXP ENDO Eligible applicants should be well-established surgical and medical instrument manufacturers (NAICS code 339112) with the ability to deliver the specified devices promptly. The evaluation of quotes will consider technical capability, price, and past performance. Quotes should be submitted to Lu Chang at lu-chang.lu@nih.gov by 5:00 PM EST on 08/01/2024, including the RFQ number (RFQ-CC-24-010258) in the subject line. Further inquiries can be directed to the same email address. This opportunity is a combined synopsis and solicitation issued under FAR Subpart 12.6. The resulting contract will be a firm fixed-price order.
    Installation of 18x Boom Arms for a Tandem Boom System (Notice of Intent to Sole Source)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract for the installation of 18 new 2nd Boom Arms for a Tandem Boom System at the NIH Clinical Center in Bethesda, Maryland. This procurement aims to replace existing respiratory boom systems in the ICU suite, which have been deemed inadequate by users, and to ensure the functionality of the new equipment through necessary deinstallation and reinstallation of medical gas, electrical, and telecommunication lines. The project is critical for enhancing medical equipment efficiency and safety, reflecting a responsive approach to user feedback. Interested parties may submit capability statements to Lu Chang at lu-chang.lu@nih.gov by 4:00 PM EST on September 9, 2024, as this is not a request for proposal but a notice of intent to sole source to KR Wolfe Inc. and its subcontractor, Hillrom (now Baxter International).
    Fresenius Kabi DXT Data Manager Software Implementation and Annual Licenses
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a fixed-price contract for the implementation and annual licenses of the Fresenius Kabi DXT Data Manager Software. This procurement aims to enhance the Department of Transfusion Medicine's capabilities by providing a software solution that facilitates data management and reporting for the Fenwal Amicus Separator therapeutic plasma exchange collection device, ultimately improving staff productivity and donor optimization. The DXT Data Manager application is critical as it is the only compatible software for the Amicus Separators, ensuring efficient device utilization. Interested parties are encouraged to submit capability statements to Sheri Eiri at sheri.eiri@nih.gov by September 13, 2024, at 12:00 PM EST to be considered for this opportunity.
    Notice of Intent to Sole Source for the Bio-techne Ella cartridges kits and consumables.
    Active
    Dept Of Defense
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole-source contract to Bio-Techne Sales Corporation for the procurement of Bio-techne Ella cartridges kits and consumables. This acquisition aims to secure reagent kits compatible with the Biotechne Ella analyzer, which are essential for the U.S. Army Research Institute of Environmental Medicine's operations. The total estimated value of the contract is $4,200,000, and interested parties are invited to submit capability statements to Roberto Gonzalez by 10:00 A.M. EST on September 12, 2022, as no competitive proposals will be solicited.
    Notice of Intent to Sole Source – Cardinal Health, Inc.
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) intends to award a sole source contract to Cardinal Health, Inc. for the procurement of Floxuridine Vials, which are essential for patient care at the NIH Clinical Center in Bethesda, Maryland. The contract will involve a fixed price purchase order for 15 units of Floxuridine for Injection, catalog number 0143-9270-01, as Cardinal Health, Inc. is the only distributor of this medication in the United States. This acquisition is being conducted under the Federal Acquisition Regulation (FAR) Part 13, allowing for a sole source award due to the unique availability of the product. Interested parties may express their interest and capabilities by contacting Kristin Nagashima at kristin.nagashima@nih.gov by September 16, 2024, at 2 PM EST.
    6540--FVA Endothelial Cell Count
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 6, is seeking to negotiate a sole source contract for an Endothelial Cell Count machine to be installed at the Fredericksburg Health Care Center in Virginia. The procurement is specifically aimed at Corps Medical Services, which must provide a machine that meets defined minimum salient characteristics and comes with the necessary licensing. This equipment is crucial for conducting endothelial cell counts, which are important in various medical assessments and treatments. Interested parties who believe they can meet the requirements must submit written evidence of their capabilities by September 11, 2024, at 11:00 AM EST, with inquiries directed to Contract Specialist Stephen Nassan at Stephen.Nassan@va.gov.