National Institute of Diabetes Digestive and Kidney Diseases Intramural Research Microscopes Purchase
ID: 75N94025Q00180Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNATIONAL INSTITUTES OF HEALTH NICHDBETHESDA, MD, 20817, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The National Institutes of Health (NIH), specifically the National Institute of Diabetes Digestive and Kidney Diseases (NIDDK), is seeking quotes for the purchase of four new confocal microscopes to enhance its Intramural Research Program. The procurement aims to replace outdated equipment with advanced models that offer improved speed, resolution, and sensitivity, thereby facilitating cutting-edge biomedical research. This acquisition will be conducted as a Firm Fixed Price (FFP) purchase order through full and open competition, with quotes due by August 26, 2025, at 1:00 PM EST. Interested vendors should direct inquiries to Usha Raman at ramanu2@mail.nih.gov and ensure compliance with all applicable FAR and HHSAR clauses.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Health and Human Services (DHHS), specifically the National Institutes of Health (NIH), Eunice Kennedy Shriver National Institute of Child Health and Human Development, has issued Amendment 01 to Solicitation Number 75N94025Q00180, effective August 15, 2025. This amendment provides crucial responses to vendor questions regarding the solicitation. Key details include the serial number (1195408.10237) and dimensions (122cm x 136cm) of the Chameleon laser and confirmation of the need for both visible confocal and multiphoton capabilities with specific laser lines (405, 488.514, 561, 633) and a two-channel plus Airy Scan ISM detector. The solicitation also requires epi-fluorescence, transmitted confocal detection, DIC optics, a monochrome camera, and specific objectives (10x, 20x, 40 oil, 63W, 63 oil, 100 oil compatible for multiphoton imaging). Importantly, the government clarified that this is NOT a small business set-aside, correcting an error in the original solicitation, and confirmed there is no incumbent contractor. All other terms and conditions of the solicitation remain unchanged.
    This document is an amendment to Solicitation Number 75N94025Q00180, issued by the National Institutes of Health – Office of Acquisitions. The purpose of this amendment is twofold: first, to revise Attachment named Combined Synopsis/Solicitation to include requirements for Section 4.1.1 LSM 990 (Configuration 1) under PRODUCT FEATURES/SALIENT CHARACTERISTICS; and second, to extend the Due Date for Quotations to Monday, August 25, 2025. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging receipt on each copy of the offer, or by separate letter or electronic communication referencing the solicitation and amendment numbers.
    This government solicitation amendment, 75N94025Q00180, issued by the National Institutes of Health, provides crucial clarifications to potential offerors regarding a request for a microscope system. The amendment addresses vendor questions, confirming that Configuration 1 requires a single Zeiss LSM 990 system, a 2P (NLO) system, with two GaAsP PMTs, one Airyscan 2 detector, and a DIC detector, equipped with 4 visible laser lines. It also specifies a precise list of objective lenses, clarifies that the system must fit on an existing air table, and confirms the inclusion of Lightfield. For Configurations 3 and 4, DIC and transmitted detectors are required, but a piezo is not. The solicitation is open to brand-name-or-equal acquisitions, welcoming equivalent systems from other manufacturers, ensuring fair competition while meeting programmatic needs.
    This amendment, number 4, to solicitation 75N94025Q00180, issued by the National Institutes of Health - Office of Acquisitions, revises the due date for quotations to Tuesday, August 26, 2025. Additionally, the attachment titled “Combined Synopsis/Solicitation” has been updated to reflect this new due date. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. Potential offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning one copy, acknowledging on each submitted offer, or by separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in the rejection of offers.
    The National Institutes of Health (NIH) has implemented new pre-registration and escort requirements for non-U.S. person visitors accessing its facilities, effective March 11, 2025. This aligns with HHS and NIH policies and Federal Acquisitions Regulation (FAR) Clause 52.241-5. Starting March 31, 2025, non-U.S. persons without approved pre-registration will be denied access. From April 28, 2025, these visitors must also be escorted by a U.S. person NIH staff member. These requirements apply to key NIH facilities, including the Bethesda Main Campus, with more facilities to follow. Visitors and hosts should consult the security.nih.gov website or their NIH Contracting Officer’s Representative (COR) for details. Urgent access concerns should be directed to NIH Police.
    The document outlines the invoice and payment provisions for federal government contracts, including Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls, effective March 21, 2023. It details strict invoice requirements, emphasizing specific information such as vendor details, remittance address, unique invoice numbers, NBS document numbers, Unique Entity Identifier (UEI), and Federal Taxpayer Identification Number (TIN). Invoices must align with award descriptions for supplies/services and quantities, with prior approval needed for discrepancies. Shipping costs are reimbursable only if authorized and must be itemized, with support for costs over $100. Contractors must submit invoices electronically via the Department of Treasury’s Invoice Processing Platform (IPP), with a copy to the Approving Official. Payment due dates are generally 30 days after proper invoice receipt or government acceptance, with exceptions for perishable goods. Interest penalties are incurred for late payments under specific conditions. The document also mandates accelerated payments to small business subcontractors within 15 days of receiving government payments and requires electronic submission of payment requests via IPP, unless alternate procedures are authorized in writing.
    The document, "52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services," outlines the mandatory Federal Acquisition Regulation (FAR) clauses that contractors must comply with for commercial product and service acquisitions. These clauses cover a wide range of legal and executive order provisions, including prohibitions on certain confidentiality agreements, restrictions on hardware/software from specific foreign entities (e.g., Kaspersky Lab, ByteDance, certain UAS manufacturers), and rules regarding telecommunications equipment. The document also addresses business ethics, whistleblower protections, small business utilization, labor standards, equal opportunity, environmental considerations, and financial terms. It details the Comptroller General's right to examine records for contracts exceeding the simplified acquisition threshold. Furthermore, it specifies which FAR clauses must be flowed down to subcontractors for commercial products or services, ensuring compliance throughout the supply chain. The document includes alternate clauses that modify the audit and flow-down requirements.
    This Combined Synopsis/Solicitation (Notice ID: 75N94025Q00180) from the National Institute of Diabetes Digestive and Kidney Diseases (NIDDK) seeks quotes for the purchase of four new confocal microscopes. These microscopes are vital for advancing biomedical research within the NIDDK Intramural Research Program, replacing older equipment, and offering enhanced speed, resolution, and sensitivity. The solicitation outlines detailed technical specifications for four distinct microscope configurations (LSM 990, LSM 910 with Lightfield 4D, two LSM 910 with SPS-ISM), including required features like specific scan heads, laser modules, Airyscan 2 detectors, AI-guided automation, and specialized software (ZEN Blue). The acquisition is a Firm Fixed-Price Purchase Order under Simplified Acquisition Procedures, with responses due by August 25, 2025. Vendors must comply with various FAR and HHSAR clauses, including representations regarding telecommunications equipment, and provide on-site training. Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria.
    This Combined Synopsis/Solicitation (Notice ID: 75N94025Q00180) is a Request for Quotation (RFQ) issued by the National Institute of Diabetes Digestive and Kidney Diseases (NIDDK) for the purchase of four new confocal microscopes. These microscopes are essential for the NIDDK Intramural Research Program (IRP) to replace outdated equipment and enhance research capabilities with faster speeds, improved resolution, and greater sensitivity. The acquisition will be a Firm Fixed Price (FFP) purchase order awarded through full and open competition, processed under FAR Part 13.5 (Simplified Acquisition Procedures). Vendors must submit quotes by August 26, 2025, by 1:00 PM EST. The solicitation details specific technical requirements for four different microscope configurations (LSM 990, LSM 910 Confocal Microscope System with Lightfield 4D Imaging Module and AI-Guided Automation, LSM 910 (Configuration 3), and LSM 990 (Configuration 4)), including features like Airyscan super-resolution detection, various laser lines, objective lenses, and ZEN Blue software. Each configuration specifies a unique shipping location within NIH Bethesda campuses and includes requirements for vendor training, installation by certified personnel, and adherence to various FAR and HHSAR clauses. Evaluation will be based on the Lowest Price Technically Acceptable (LPTA) procedures.
    The National Institute of Diabetes Digestive and Kidney Diseases (NIDDK) is seeking to purchase four new confocal microscopes for its Intramural Research Program through a Request for Quotation (RFQ) (Notice ID: 75N94025Q00180). This acquisition, processed under Simplified Acquisition Procedures, aims to replace microscopes over 10 years old with advanced models offering 3-20x faster speed, 1.4-2x higher resolution, and 3-10x greater sensitivity. The solicitation outlines four specific microscope configurations (LSM 990, LSM 910 with Lightfield 4D, and two LSM 910/990 with ISM) with detailed technical specifications, delivery, installation, and training requirements. Quotes are due by August 20, 2025, and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. All offers must include completed FAR Provisions 52.204-24, 52.204-26, and 52.213-3. Questions must be submitted via email by August 15, 2025.
    Lifecycle
    Similar Opportunities
    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.
    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.
    Request for Information (RFI) Advanced Confocal and Super-Resolution Microscopy System
    Energy, Department Of
    The Department of Energy's Brookhaven National Laboratory (BNL) is seeking information from qualified vendors regarding an Advanced Confocal and Super-Resolution Microscopy System. The laboratory requires a unified platform that integrates confocal, fluorescence lifetime imaging (FLIM), and super-resolution nanoscopy (STED) capabilities, aimed at enhancing biological, chemical, and materials research through high-speed, multi-color fluorescence imaging. This procurement is critical for advancing imaging applications in various scientific fields, and interested vendors are invited to submit detailed technical and operational information by January 16, 2026, to Mark Brock at mbrock@bnl.gov.
    Request for Information (RFI) Advanced Confocal and Super-Resolution Microscopy System
    Energy, Department Of
    The Department of Energy's Brookhaven National Laboratory (BNL) is seeking information from qualified vendors regarding an Advanced Confocal and Super-Resolution Microscopy System through a Request for Information (RFI). The laboratory aims to gather detailed technical, functional, and operational information on systems capable of high-speed, multi-color fluorescence imaging, including fluorescence lifetime imaging (FLIM) and super-resolution nanoscopy with Stimulated Depletion Emission (STED). This procurement is critical for supporting biological, chemical, and materials research imaging applications, requiring a unified platform with specific capabilities such as a pulsed White Light Laser, high-speed beam routing, and a spectral detection range of 410–850 nm. Interested vendors should respond with detailed system configurations, capabilities, and indicative pricing to Mark Brock at mbrock@bnl.gov by the specified deadline.
    Preventive Maintenance Services For Government-Owned Clinical Philips Ingenia Elition 3.0T MRI Scanner
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide preventive maintenance services for a government-owned Philips Ingenia Elition 3.0T MRI scanner. The objective of this procurement is to ensure the optimal functioning and reliability of the MRI scanner, which is critical for various clinical applications and research initiatives within the NIH. This maintenance service is essential for sustaining the operational integrity of the equipment, thereby supporting the health and research missions of the NIH. Interested parties can reach out to John Russell, Contract Specialist, at John.Russell3@nih.gov, or Reyes Rodriguez, Contracting Officer, at reyes.rodriguez@nih.gov for further details regarding this opportunity.
    Sole Source Justification Field Emission Scanning Electron Microscope (FESEM)
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to procure a Sole Source Field Emission Scanning Electron Microscope (FESEM) through a Justification for Other Than Full and Open Competition (JOFOC). This procurement is essential for advancing NIST's capabilities in laboratory equipment and supplies, particularly in high-resolution imaging and analysis. The justification for this sole source acquisition will be publicly available within 14 days of the contract award, and the opportunity will remain open for 30 days in accordance with federal regulations. Interested parties can reach out to Nina Lin at nina.lin@nist.gov or Forest Crumpler at forest.crumpler@nist.gov for further inquiries.
    Micro X-ray Computed Tomography System
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking sources for a Micro X-ray Computed Tomography (µXCT) system to support advanced semiconductor research under the CHIPS for America Act. The µXCT system is required for non-destructive, three-dimensional imaging of materials and devices, with specifications including a maximum spatial resolution of 500 nm and a minimum voxel size of 50 nm. Interested vendors must respond by January 27, 2026, providing detailed information about their capabilities, including technical specifications and compliance with the outlined requirements. For inquiries, potential respondents can contact Forest Crumpler or Cielo Ibarra via email.
    Preventive Maintenance and Repair service for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit (base year plus two possible one-year option years)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking quotes for preventive maintenance and repair services for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit. The procurement involves a firm-fixed-price contract for a base year with two optional one-year extensions, requiring contractors to provide annual on-site maintenance, unlimited corrective repairs within three business days, certified OEM parts, and software updates. This service is critical for ensuring the operational reliability of the MRI unit, which plays a vital role in toxicological research at the FDA's National Center for Toxicological Research (NCTR). Quotes are due by January 8, 2026, and will be evaluated based on technical capability, past performance, and price, with inquiries directed to Suzanne Martella at suzanne.martella@fda.hhs.gov or by phone at 870-543-7540.
    NM-SOW NATIVE ARC-TISSUE PROCESSOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for an Automatic Tissue Processor specifically from Leica Biosystems/Leica Microsystems Inc. as part of a solicitation for the NM Southwestern Native Aquatic Resources and Recovery Center (ARC). This procurement is a Total Small Business Set-Aside and aims to acquire a brand-name tissue processor that meets specific technical requirements, including automated programmable cycles and vacuum infiltration, essential for histopathological evaluation of fish tissues related to endangered species research. Interested vendors must submit their quotes by January 14, 2025, at 1:00 PM Eastern Time, via email to danaarnold@fws.gov, with delivery expected by April 30, 2026, and the contract will be a firm-fixed-price order.
    CareDX Lab Solutions Inc. Allo Seq Tx17 Next Generation Sequencing (NGS) Reagent Kits
    Health And Human Services, Department Of
    The National Institutes of Health (NIH) intends to issue a sole-source firm fixed-price purchase order to CareDx Lab Solutions Inc. for the procurement of Allo Seq Tx17 Next Generation Sequencing (NGS) reagent kits. This acquisition aims to secure a one-year supply of NGS reagents necessary for the Human Leukocyte Antigen (HLA) Laboratory within the Department of Transfusion Medicine, ensuring adequate stock for patient testing through quarterly shipments scheduled for February, May, and August 2026. The HLA Laboratory plays a critical role in providing diagnostic testing and consultations for transplant eligibility, maintaining accreditation, and engaging in research for new diagnostic tests. Interested parties may submit their capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by January 10, 2026, at 6:00 AM EST, as this is not a request for proposals.