Scientific Management and Support to the National Institute of Mental Health (NIMH) Repository and Genomics Resource (NRGR)
ID: 75N95024R00040Type: Solicitation
Overview

Buyer

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

NAICS

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

PSC

HEALTH R&D SERVICES; HEALTH CARE SERVICES; APPLIED RESEARCH (AN12)
Timeline
    Description

    The Department of Health and Human Services, through the National Institute of Mental Health (NIMH), is seeking proposals for scientific management and support services for the National Institute of Mental Health Repository and Genomics Resource (NRGR). The primary objective of this procurement is to sustain, enhance, and enrich the NRGR, which provides critical biospecimens and associated data for research on psychiatric disorders, thereby facilitating genetic and cellular studies. This initiative is vital for advancing scientific understanding of the genetic risk factors and biological mechanisms underlying mental health conditions. Proposals are due by October 21, 2024, with the contract expected to commence on March 1, 2025, and run for a base period of one year, followed by four optional extension periods. Interested parties can direct inquiries to Sarah Adan at sarah.adan@nih.gov or Valerie Whipple at valerie.whipple@nih.gov.

    Files
    Title
    Posted
    The document outlines the guidelines for packaging and delivering proposals for the NIH's electronic Contract Proposal Submission (eCPS) system. Proposals must be submitted electronically via the eCPS website, and submissions through facsimile or email are not permitted. Offerors are responsible for ensuring their proposals reach the designated government office by the specified deadline, as late proposals will not be considered. Proposals must be created as separate PDF files for the Technical and Business Proposals, with specific naming conventions that include the offeror's name, solicitation number, and proposal type. Technical Proposals are limited to 30 pages and must comply with strict formatting requirements, including page size, font size, and margin specifications. Additional materials like CVs must adhere to page restrictions and should not exceed five pages each. The document serves to establish orderly procedures to ensure the efficient assessment of proposals within the framework of government RFPs and grants, highlighting the importance of adherence to submission guidelines in competitive acquisition scenarios.
    The document outlines the proposal summary and data record required for submitting a request for proposals (RFP) to the National Institutes of Health (NIH) under the Department of Health and Human Services. Key sections include the legal name and address of the offeror, the place of performance, the proposed contract type (e.g., cost-reimbursement, fixed price), and project duration details. It prompts the inclusion of pending approvals for human subjects and vertebrate animals research, along with necessary assurance numbers and informed consent documentation. The summary also requests information regarding subcontractors, authorized individuals for contract negotiation and execution, acknowledgment of amendments, and the number of employees. Lastly, it highlights the necessity for completing the proposal form, providing critical operational and financial information about the offeror. This structured approach ensures compliance with regulations and facilitates the evaluation process for federal grants and contracts within the health research context.
    The HHS Government User Guide provides a comprehensive overview of the Subcontracting Plan Review process through the SBCX system. It outlines how users can create, evaluate, and manage subcontracting plans efficiently. The document is organized into sections detailing navigation, the creation of subcontracting requests, inviting offerors, communications, and evaluation procedures. Users can initiate subcontracting plan reviews by searching for specific codes and entering essential project details. The invitation process involves confirming offeror participation and managing communications via the system’s notes tab. Once plans are in evaluation status, users can analyze submissions against agency goals and submit evaluations through a multi-level approval system. This guide ensures that users can effectively manage subcontracting processes aligned with federal and local requirements, emphasizing the importance of compliance and thorough evaluation in government procurement.
    The document outlines the instructions for completing an Excel-based cost proposal for government contracts, specifically tailored for RFPs (Requests for Proposals) and grants. It emphasizes the necessity for contractors to fill in their organization's name and the specific RFP number, while offering various worksheets to track labor expenses either by hourly or percentage of effort, catering specifically to different types of organizations like universities and commercial entities. The proposal preparation includes detailed instructions on documenting direct labor, fringe benefits, and indirect costs, with guidance on acceptable documentation types. There are automated summary calculations across several contract periods from 2007 to 2013, where contractors must provide proposed costs for direct labor, materials, travel, and other direct costs. Moreover, the document discusses the importance of modifying the spreadsheet to fit unique circumstances, while also stating that some sections are mandatory for successful review. It provides points of contact for queries related to costs and contracting, reinforcing a structured yet flexible approach to aid contractors in meeting proposal expectations effectively. This guidance reflects the government’s need for clarity and consistency in budget submissions for grants and contracts.
    The "Certificate of Current Cost or Pricing Data" is a formal declaration required under the Federal Acquisition Regulation (FAR) documenting the accuracy, completeness, and currency of cost data submitted to a Contracting Officer regarding a specific government contract proposal or price adjustment. The certification includes data that may support prior agreements or pricing rate arrangements between the offeror and the government. It requires identification of the involved proposal, the concluding date of price negotiations, and authorizes personnel details such as the firm’s name, signature, title, and execution date. This certificate aims to ensure transparency and reliability in cost estimations, serving to maintain fairness and accountability in government contracting processes across federal, state, and local levels.
    The document outlines the process for disclosing lobbying activities as required by 31 U.S.C. 1352. It provides a standardized form for reporting entities, including federal contractors, grant recipients, and subawardees. Key sections of the form inquire about the type and status of federal actions, the identity of the reporting entity, and the details of any lobbying registrants involved in influencing the covered federal action. It emphasizes the need for transparency in lobbying activities related to federal grants and contracts. Organizations must provide accurate information, including the federal program name, award amounts, and Congressional districts, when applicable. The form serves to ensure compliance with federal regulations, mandates reporting to Congress, and outlines liabilities for non-compliance, which can incur penalties ranging from $10,000 to $100,000. Overall, this form is crucial for maintaining integrity and accountability in governmental transactions involving lobbying efforts.
    The NIH Cost-Reimbursement Invoice/Financing Request Instructions detail the procedures for submitting payment requests under NIH contracts. Contractors must use a self-generated form or Standard Form 1034 and refrain from including cover letters. Invoices can be submitted every two weeks, with exceptions for small businesses. Requests must pertain to costs incurred within the performance period. Each invoice must be uniquely numbered and include various specific details, such as contact information, contract number, estimated costs, and a breakdown of billed amounts. Costs requiring prior approval must be clearly identified, and the contractor must certify the accuracy of the invoice. The document emphasizes the importance of accurate itemization, proper classifications of costs, and adherence to the contract terms regarding indirect costs and fixed fees. These measures ensure transparency and accountability in government-funded projects, aligning with best practices in federal grants and contracts management.
    The document outlines the supplemental billing instructions for contractors working under the NIH (RC)-1 agreement with the National Institute on Drug Abuse (NIDA). It specifies the detailed information that must be included in invoices related to various cost categories: 1. **Direct Labor**: Must include position category, employee identification, hours worked, and hourly rates. 2. **Travel**: Invoices must detail the purpose of travel, dates and duration, departure and destination points, names of individuals, per diem rates, and travel costs. 3. **Materials or Equipment**: Requires descriptions, quantities, and amounts for each item, along with applicable COA letter numbers. 4. **Subcontract Costs**: Require breakdowns identical to what is required of the prime contractor. 5. **Travel and Honoraria Reimbursements**: Monthly invoices should summarize all unpaid reimbursements, explaining any that are outstanding for over 30 days. 6. **Indirect Cost Adjustments**: Must be submitted on separate invoices, reporting cumulative expenses with any government-suspended amounts. Furthermore, contractors must notify the Contracting Officer of any anticipated overruns or unexpended balances. This comprehensive guide ensures transparency and accountability in federal billing processes for research funding.
    The document is a roster template for contractors to list employees requiring suitability investigations related to federal contracts. It outlines the necessary information such as employee names, email addresses, positions, agency affiliations, and dates pertinent to the suitability investigation process. Additionally, it includes sections for the project officer and Information Systems Security Officer (ISSO) to complete, covering the level of suitability required, completion dates for various security requirements (e.g., Non-Disclosure Agreements, Security Awareness Training), and investigation questionnaire submissions (SF85, SF85P, SF86). The roster aims to ensure compliance with security protocols and facilitate the oversight of background checks and clearances for employees involved with federal contracts. This document is crucial in maintaining a standard procedure for assessing the suitability of contractor personnel within the framework of federal RFPs and grants.
    The document serves as a monthly sales summary for a contractor, detailing the sales activities related to a specific government contract. Key components include the contractor's name, contract number, and reporting period, along with comprehensive information about items sold, including quantity, unit price, total charges, shipment date, invoice number, and payment due date. This structure allows for a clear overview of financial transactions conducted within the specified month, highlighting essential details necessary for accountability in government procurement. The summary is organized to facilitate understanding of sales performance and compliance with contract obligations, reflecting the contractor's adherence to government RFP requirements. Overall, this document is a crucial element in tracking the efficiency and effectiveness of sales operations in relation to federal grants and local/state funding initiatives, ensuring transparent financial management.
    This document is a sample invoice meant for use by contractors receiving payments from the National Institutes of Health (NIH) under a government contract. It outlines necessary payer and recipient information, including names, addresses, and contact details. The invoice includes a breakdown of quantities, items, unit prices, subtotals, and total due amounts. Specific payment instructions are provided, indicating that payments must be made within 15 calendar days by acceptable methods to the contractor named on the invoice. Important terms and conditions highlight that research materials purchased are non-returnable and any associated costs are non-refundable. Additionally, failure to pay the invoice punctually could hinder future payment requests. The structure and clarity of this document ensure compliance with contractual obligations, illustrating the financial and procedural expectations in federal contracting. Overall, it serves as a critical tool within federal RFPs, ensuring smooth financial transactions and compliance with established government protocols.
    The Proposal Intent Response Form is a document associated with a Request for Proposal (RFP) issued by the federal government. It serves to gather responses from interested parties regarding their intent to submit a proposal for the outlined project. Respondents must indicate whether they intend to propose or not. If declining, they are prompted to provide reasons for their decision. Additionally, the form requests essential contact information, including the respondent's name, title, organization, and email address. Submitting this form aids the contracting officer or specialist in planning for proposal evaluation, although the expression of intent is non-binding. This document is a fundamental component of the RFP process, designed to enhance communication and facilitate the evaluation of potential proposals from various organizations. It reflects the government’s structured approach to solicitations, ensuring transparent and organized procurement processes for federal grants and projects.
    The document outlines the invoice and payment provisions applicable to Purchase Orders, Task Orders, and Blanket Purchase Agreements, emphasizing proper invoice submission and payment processes for contractors interacting with the National Institutes of Health (NIH). Key requirements include details that must be present in invoices, such as vendor information, unique invoice numbers, and the matching of line items with contract specifications. Invoices must be submitted electronically via the Invoice Processing Platform (IPP), with specific instructions for the payment timeline, stipulating that payments are due no later than 30 days after the receipt of a proper invoice or government acceptance of the goods/services. Furthermore, the document mentions the automatic payment of interest penalties if the payment is delayed under certain conditions. Special attention is paid to accelerated payments for small business subcontractors, reinforcing the importance of timely financial support. Overall, the file serves as a guide for contractors to ensure compliance with federal payment requirements, while also emphasizing the need for accuracy and proper documentation in financial exchanges with the government. This structure aligns with established federal grant and RFP processes to facilitate transparency and consistency in government-related transactions.
    The National Institute of Mental Health (NIMH) seeks to contract scientific management and support for its Repository and Genomics Resource (NRGR). This centralized biorepository provides DNA, RNA, cell lines, and other biospecimens from individuals with psychiatric disorders and neurotypical controls, enhanced by demographic, diagnostic, and genomic data. The contract's objectives include continuing to sustain and enrich NRGR to facilitate genetic research on mental disorders, improving data sharing, and streamlining access to biospecimens. Key tasks include transitioning existing collections, managing biological samples, performing biospecimen extractions, and providing customer support. The contractor must have expertise in molecular biology, tissue culture, developmental biology, data management, and psychiatric clinical data curation. The contractor will develop a management plan for seamless operation, including compliance with data sharing policies and security measures. Optional tasks may involve transferring the collection to a new contractor if needed, and the contractor must be prepared to expand capacity for increased biospecimen intake or processing. All data and property generated during the contract will remain government-owned, following strict compliance with federal regulations and data security protocols. This initiative aims to optimize resources for psychiatric genetics research and facilitate broader data sharing among investigators to address mental health challenges.
    The document titled "GOVERNMENT FURNISHED PROPERTY, SCHEDULE I-A ATTACHMENT 4" outlines the details concerning government property that is acquired by contractors. It includes a schedule that contains pertinent information about each item of property, such as the property number, make, model, manufacturer, serial number, and acquisition cost. This structured format is essential for tracking and managing government assets provided to contractors. The primary purpose of this document is to establish clear guidelines and accountability for government-furnished property within the context of federal RFPs, grants, and local proposals. It ensures that contractors understand their responsibilities regarding the management of government property, facilitating better oversight and compliance in project execution. The systematic documentation promotes transparency and aids in preventing potential misuse of government resources.
    The document outlines a comprehensive inventory of government-furnished property, primarily laboratory equipment and related devices. It includes various items such as automated tube sorters, biological safety cabinets, liquid nitrogen freezers, incubators, and robotic workstations from manufacturers like Biomicrolab, Hamilton, and Thermo Scientific. Each asset is listed with details including its manufacturer, model, additional information, and a unique serial number for identification purposes. The main purpose of this inventory is to provide a clear record of assets available for federal RFPs, grants, and state or local projects, necessary for facilitating research and supporting laboratory functions within government-funded initiatives. The structured presentation allows for easy reference, ensuring transparency and traceability of the government property allocated for scientific and health-related efforts. This document is essential in maintaining accurate asset management and compliance in the use of federal resources, which can influence funding applications and operational planning in aligned programs.
    The document outlines the Annual Representations and Certifications required for offerors submitting business proposals in response to federal government RFPs. It specifies the need to include the North American Industry Classification System (NAICS) code and the corresponding small business size standard for the acquisition. The requirement emphasizes that offerors must complete these certifications electronically in the System for Award Management (SAM), confirming their representations are accurate and current. Several provisions apply depending on the nature and value of the solicitation, such as the Certificate of Independent Price Determination, compliance with affirmative action, and certifications related to small business participation. The document also allows for changes to be noted by the offeror, ensuring that any amendments are specific to the solicitation, without modifying the SAM records. Overall, this document is essential for ensuring compliance and transparency in federal contracting processes, reflecting the federal government's commitment to fair competition and the promotion of small business participation.
    The document outlines the requirements for contractors and subcontractors at the National Institutes of Health (NIH) regarding the protection of non-public information. Each contractor must sign a Commitment to Protect Non-Public Information Agreement before accessing sensitive data under their contract. NIH contractors registered in the NIH Enterprise Directory (NED) now have the NDA integrated into their Security Awareness training, while those not registered are required to complete and submit a printed agreement prior to commencing work. The document emphasizes the importance of confidentiality and outlines legal repercussions for improper disclosure, citing relevant U.S. laws. It also provides instructions for reporting suspected breaches. The structure includes an introduction on NDA requirements, specific instructions for registered and unregistered contractors, and a detailed contractor agreement section. This initiative underscores the NIH's commitment to maintaining the confidentiality and security of sensitive information while working within a framework of federal compliance and oversight.
    The document outlines the cost structure for a technical proposal as part of federal and state/local RFPs, focusing on direct labor and other associated costs. It specifies categories for budget allocation, including direct labor, materials, travel, and other expenses, detailing the number of hours allocated for each labor category across seven years. Importantly, it emphasizes not to include individual salaries, indirect costs, or the total proposal amount in the submission. Instead, it requires a breakdown of relevant costs, aiming to ensure transparency and accuracy in budget proposals submitted for government contracts. This structured approach facilitates appropriate financial planning and compliance with federal guidelines, streamlining the evaluation of proposals by emphasizing essential cost elements while eliminating sensitive financial details.
    The document outlines specific requirements for offerors submitting proposals for federal contracts, cooperative agreements, or grants. It focuses on providing comprehensive information about key individuals, including the Project Director and Principal Investigator. Offerors must specify the current federal engagements of each professional, detailing their level of effort in these projects. Additionally, they are required to report any outstanding proposals submitted by their organization that would involve commitments from these professionals and to clarify the anticipated effort they will dedicate to any awarded contracts. Key points include: 1) Listing of active contracts and corresponding effort commitments for each key personnel; 2) Disclosure of outstanding proposals that might engage these individuals; 3) Declaration of the proposed effort level for awarded contracts. The document emphasizes transparency and accountability in resource allocation for proposed projects, aligning with government oversight protocols in managing federal engagements and ensuring that commitments are clearly articulated in the proposal process.
    The National Institute of Mental Health (NIMH) has issued Request for Proposal (RFP) No. 75N95024R00040 for Scientific Management and Support to the NIMH Repository and Genomics Resource. This RFP is a competitive opportunity aimed at securing a cost reimbursement, level-of-effort contract for up to 5.5 years, starting with a base period from March 1, 2025, through February 28, 2026, followed by four option periods. Proposals must be submitted by October 21, 2024, via the electronic Contract Proposal Submission (eCPS) system, with specific instructions for technical and business proposals provided in the document. Offerors are required to have an active System for Award Management account to be eligible. Proposals should include detailed breakdowns of costs, professional personnel lists, and various organizational plans, ensuring clarity in documentation. The government intends to award the contract based on the initial proposals evaluated without further discussions unless deemed necessary. All clarifications or questions must be directed to the contracting officers by October 2, 2024. This RFP underscores NIMH’s commitment to enhancing mental health research through collaborative efforts in managing scientific data and resources while ensuring compliance with federal regulations.
    The solicitation outlines a Request for Proposal (RFP) by the National Institute of Mental Health (NIMH) for the provision of scientific management and support to sustain and enhance the National Institute of Mental Health Repository and Genomics Resource (NRGR). The initiative focuses on facilitating genetic and cellular studies related to psychiatric disorders, requiring multi-disciplinary collaboration to manage and share biospecimens and data effectively. Proposals are due by October 21, 2024, and must be submitted electronically via the NIH's eCPS website. Offerors must be registered in the System for Award Management (SAM) and comply with various reporting requirements including the submission of monthly and bi-annual progress reports. The contract spans a base period from March 1, 2025, to February 28, 2026, with options for extensions up to four additional years. Specific privacy, security, and inspection protocols are mandated, alongside detailed financial and operational reporting obligations, ensuring compliance with government standards. This solicitation highlights the government's effort to advance research in mental health by optimizing resource sharing and management in a centralized, accessible manner.
    Similar Opportunities
    Surveys and Cognitive Tasks
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA) and the National Institute of Mental Health (NIMH), is seeking a vendor for a non-competitive contract to provide account management, planning, and maintenance for online crowd-sourced surveys and cognitive tasks related to depression and anxiety. The primary objective is to facilitate participation in these surveys for individuals both with and without mental health conditions, thereby supporting research efforts in this critical area. This procurement falls under NAICS code 541910, with a contract period of one year, and is scheduled for award on or around September 23, 2024. Interested parties must submit their capability statements and proposals by September 23, 2024, at 9:00 a.m. Eastern Standard Time, to Robin Knightly at Robin.Knightly@nih.gov.
    A--Request for Proposals - Phase I Clinical Trials
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is soliciting proposals for Phase I Clinical Trials focused on the development of small molecule and biologics therapeutics. The objective is to engage contractors capable of conducting comprehensive clinical trials, including protocol development, trial management, and reporting to regulatory agencies, with a particular emphasis on safety and pharmacokinetics evaluations. This initiative is crucial for advancing therapeutic development in neurological disorders, ensuring adherence to stringent federal regulations regarding human subjects and Good Clinical Practices. Proposals are due by October 11, 2024, with a minimum contract value of $10,000 and a maximum of $233,227,446, and interested parties can contact Evan C. Feely at evan.feely@nih.gov or +1 301 827 5301 for further information.
    Chemistry, Manufacturing and Controls and Related Services for Development of Drug Substances
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for Chemistry, Manufacturing, and Controls (CMC) services related to the development of drug substances. The primary objective is to ensure the Division of Preclinical Innovation (DPI) receives drug substances of adequate quality and quantity to support preclinical and Investigational New Drug (IND)-enabling studies, adhering to current Good Manufacturing Practice (cGMP) standards. This procurement is crucial for advancing therapeutics from preclinical stages to market readiness, emphasizing a multidisciplinary approach and compliance with regulatory requirements throughout the drug development pipeline. The Request for Proposals (RFP) is expected to be released on or about October 4, 2024, with contract awards anticipated in the second quarter of FY2025. Interested parties may contact Samson Shifaraw at samson.shifaraw@nih.gov for further information.
    Sleepworks Service Agreement
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute on Drug Abuse (NIDA) and the National Institute of Mental Health (NIMH), intends to award a non-competitive contract for a Sleepworks Service Agreement. This procurement aims to secure a service maintenance agreement for equipment utilized in research focused on identifying electrical activity patterns in the sleeping brain, which is crucial for detecting neurodevelopmental and neuropsychiatric disorders. The contract will support collaborative efforts with various scientific centers to enhance understanding of sleep's role in brain development through advanced recording techniques and biomarker exploration. Interested parties must submit their capability statements by September 23, 2024, at 9:00 a.m. EST, to Robin Knightly at Robin.Knightly@nih.gov, referencing solicitation number 75N95024Q00579.
    Automated Genotyping & Genetic Monitoring Services
    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 Firm-Fixed Price purchase order to Transnetyx, Inc. for Automated Genotyping and Genetic Monitoring Services on a sole source basis. The procurement aims to secure DNA extraction and multi-gene analysis services for rodent tissue samples, along with genetic monitoring services, utilizing Transnetyx's unique online bioinformatics database that interfaces directly with the existing Government database, Softmouse. This integration is crucial for eliminating transcription errors and streamlining processes for vivarium staff, with all analyses required to be completed within 72 hours of sample receipt. Interested parties that believe they can meet these requirements may submit a capability statement by emailing Zetherine Gore at zetherine.gore@nih.gov, with a deadline of 12 p.m. EST on September 24, 2024, referencing notice ID SS-NIH-7077027.
    Health Information Management Support Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified small businesses to provide Health Information Management Support Services at the NIH Clinical Center in Bethesda, Maryland. The contractor will be responsible for delivering essential services including customer support, diagnostic and procedural coding, and transcription of medical reports, all aimed at enhancing patient care and clinical research within a federally funded research hospital. This procurement is critical for maintaining high standards in health information management, ensuring compliance with federal regulations, and supporting the NIH's mission to improve health outcomes. Interested vendors must submit their quotes by October 7, 2024, and direct any inquiries to Lu Chang at lu-chang.lu@nih.gov.
    A Solicitation of the National Institutes of Health (NIH) and The Centers for Disease Control and Prevention (CDC) for Small Business Innovation Research (SBIR) Contract Proposals
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) and the Centers for Disease Control and Prevention (CDC) seek proposals from small businesses for innovative research projects under the Small Business Innovation Research (SBIR) program. The upcoming solicitation, PHS-2025-1, will open on August 2, 2024, with a closing date of October 18, 2024, and aims to foster healthcare technological innovation and commercialization. Research topics span cancer research, aging, and various health concerns. Offerors must demonstrate the technical and commercial viability of their proposals. This solicitation invites applications for Phase I, Fast Track, and Direct to Phase II projects, with evaluations based on scientific merit, commercial potential, and performance quality. Successful small businesses could receive funding for their research initiatives, contributing to NIH and CDC mission objectives.
    A--BPCA Pediatric Trials Network
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is soliciting proposals for an Indefinite Quantity Contract to establish and maintain an infrastructure for conducting pediatric clinical trials under the Best Pharmaceuticals for Children Act (BPCA). The primary objective of this procurement is to advance pediatric drug development by ensuring compliance with federal regulations and ethical standards in clinical research, including the protection of human subjects and quality control measures. This initiative is crucial for enhancing the understanding and safety of medications for children, thereby improving healthcare outcomes in pediatric populations. Proposals are due by November 4, 2024, with a performance period extending from May 19, 2025, to May 18, 2033, and a funding range between $2,500 and $149 million, contingent on successful contract performance. Interested parties can contact Elizabeth J. Osinski at eo43m@nih.gov or by phone at 240-550-5028 for further information.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.
    Oracle Support and Services for nVision
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide Oracle Support and Services for the nVision project. This procurement involves acquiring Oracle licenses, along with necessary services and support, aimed at enhancing the technological infrastructure of the NIH's Center for Information Technology (CIT). The initiative is part of a broader strategy to modernize data processing capabilities within government operations, with a performance period scheduled from September 6, 2024, to September 5, 2025. Interested parties must submit their quotations by September 24, 2023, and can contact Karen d Miller at tsrblond@yahoo.com or Jessica McTaggart at jessica.mctaggart@nih.gov for further information.