-80 degrees C Ultra-Cold Upright Freezers
ID: 75N95024P00543Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing (333415)

PSC

REFRIGERATION EQUIPMENT (4110)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the procurement of two ultra-cold upright freezers, specifically the Thermo Scientific TSX Universal Series, to preserve post-mortem human brains and other biological materials at -80 degrees Celsius for scientific research. These freezers are critical for maintaining the integrity of valuable biological samples, as any thawing and refreezing can compromise their viability for medical research. Interested vendors must submit their proposals by September 16, 2024, including technical capabilities and pricing, with the anticipated delivery date set for within 75 days after receipt of order to the NIH facility in Bethesda, Maryland. For further inquiries, interested parties can contact Diedra Prophet at diedra.prophet@nih.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis/solicitation (RFQ) from the federal government for two ultra-cold upright freezers, specifically Thermo Scientific TSX Universal Series, required to store post-mortem human brains and biological material at -80 degrees Celsius for scientific research. The acquisition follows simplified acquisition procedures under FAR guidelines and has no set-aside restrictions, allowing full and open competition. The freezers must meet stringent specifications, including capacity for 600 two-inch boxes, superior temperature management, and noise levels comparable to home refrigerators. The delivery is expected within 75 days post-order to the NIMH Human Brain Collection Core in Bethesda, MD. Offerors must submit their proposals by September 16, 2024, including technical capability, pricing, and necessary certifications, demonstrating compliance with government requirements. The evaluation will prioritize technical capability and past performance over price. This procurement emphasizes the importance of maintaining the integrity of valuable biological samples for ongoing medical research, underlining the government's commitment to supporting scientific endeavors.
    The document outlines the representation requirements related to "covered telecommunications equipment or services" for Offerors in government contracts, as specified in clause 52.204-25. It defines the terms and mandates that Offerors must conduct a reasonable inquiry to assess their provision and use of this equipment or services in their offerings to the government. Offerors are required to review the System for Award Management (SAM) for any excluded parties and to formally declare if they provide or utilize covered telecommunications equipment or services. The representation must be certified by an authorized individual from the organization, ensuring compliance with federal regulations aimed at safeguarding against certain telecommunications technology that may pose risks to national security. This document is an integral part of the bidding process for government RFPs and grants, emphasizing accountability in the use of specified telecommunications resources.
    The provision 52.204-24 focuses on ensuring that federal contractors do not provide or use certain prohibited telecommunications and video surveillance equipment or services in their contracts. This compliance is rooted in Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, which imposes specific prohibitions on government procurement related to such equipment or services deemed as essential components or critical technologies. Offerors are required to complete representations and disclosures regarding their use of covered telecommunications equipment or services. This includes details on the entities producing such equipment, descriptions of the equipment or services offered, and justifications for their use under the stated prohibitions. The document outlines review procedures, including checking the System for Award Management (SAM) for excluded parties. Overall, this provision underscores the federal government’s commitment to mitigating risks associated with critical telecommunications technologies and ensuring that contractors adhere to strict regulations.
    The document outlines the Federal Acquisition Regulation (FAR) clause 52.212-5, which details the contract terms and conditions related to commercial products and services that are necessary to implement various statutes and executive orders. It specifies compliance obligations for contractors, such as adhering to clauses related to business ethics, subcontractor sales restrictions, whistleblower protections, service contract reporting, and prohibitions concerning foreign entities and specific technologies. Additionally, it mandates that contractors follow regulations concerning labor standards, equal opportunity, and the handling of sensitive information, including the need for privacy and security safeguards when interacting with government systems. Contracting Officer Representatives (COR) play a significant role in this process, tasked with monitoring contract performance and facilitating technical evaluations. This document serves as a comprehensive guide for contractors seeking to engage in government RFPs and contracts, ensuring adherence to legal and ethical standards around procurement while emphasizing small business participation and compliance with security requirements.
    The document addresses inquiries related to the solicitation 75N95024P00543 concerning the installation of freezers at the National Institutes of Health (NIH). Two key questions are posed regarding the responsibilities for setup and relocation of the freezers. The first question seeks clarification on whether the NIH or a contractor is responsible for initializing the freezers. It is clarified that NIH staff will handle the initial setup, as the freezers are designed for simple plug-and-play operation. The second question inquires about the responsibility for moving the freezers to their operational location; the response indicates that a Laboratory Relocation Specialist will manage this delivery process following the specifics outlined in the solicitation. This document serves to clarify operational responsibilities in the context of the NIH's procurement and installation of specialized equipment, underscoring the importance of delineating roles in government contracts to ensure efficient project implementation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Qiagen Real Time Semi-Quantitative PCR (RT-qPCR) and Digital PCR (dPCR) System 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 proposals for a Qiagen Real Time Semi-Quantitative PCR (RT-qPCR) and Digital PCR (dPCR) System or an equivalent product. The procurement aims to support research into neurodegenerative diseases and retroviral infections, requiring a system with multiplex capability for detecting five gene targets, automated operation, low variability in results, and a compact size not exceeding 16” x 28” x 20”. Proposals must be submitted by 9:00 a.m. Eastern Time on September 17, 2024, and should include a completed copy of certain FAR clauses and the Unique Entity ID. For further inquiries, interested parties can contact Frederick Weddington at frederick.weddington@nih.gov or by phone at 301-594-6835.
    Short-Read Next-Generation DNA Sequencing System
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking quotations for a Short-Read Next-Generation DNA Sequencing System to enhance its laboratory capabilities for rare variant discovery. The system must meet stringent requirements, including high accuracy (≥90%), compatibility with existing library formats, and the ability to detect variants down to 0.001%, along with specific physical dimensions and training for researchers. This procurement is crucial for advancing scientific research capabilities within the NIH and will be processed under Simplified Acquisition Procedures, with no set-aside for small businesses. Interested vendors should submit their quotes, including pricing and compliance with technical specifications, to Matt Lear at matt.lear@nih.gov by the specified deadline.
    Automated 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 the procurement of two automated liquid handling systems, either brand name or equal, to support the Vaccine Production Program (VPP) at the National Institute of Allergy and Infectious Diseases (NIAID). These systems are critical for high-throughput, microscale protein purification and product characterization, which are essential for developing vaccines against various pathogens, including HIV and SARS-COV-2. Interested vendors must submit their quotes by 12:00 PM EST on September 23, 2024, to Daveta H. Brown at daveta.brown@nih.gov, ensuring compliance with all specified requirements and regulations outlined in the solicitation documents.
    LO Walk In Freezer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the purchase and installation of a walk-in freezer at Whiteman Air Force Base in Missouri. The procurement requires a freezer with specific dimensions of 12 feet wide, 4 feet deep, and 8 feet tall, capable of maintaining a temperature of -10 degrees Fahrenheit, with installation to be completed by September 19, 2024. This freezer is essential for storing rolls of chemicals, and the project emphasizes compliance with federal procurement regulations, including health and safety standards. Interested small businesses must submit their bids via email, with questions due by September 16, 2024, and can contact Lt. Joshua Sturgill or SSgt Ryan Hopkin for further information.
    Ambr 250 or Equal High Throughput Bioreactor System for NIAID VPP
    Active
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of two Ambr 250 or equivalent high-throughput bioreactor systems for its Vaccine Production Program (VPP). The primary objective is to replace aging equipment that has caused operational delays, thereby enhancing the efficiency of the Cell Culture Development team in their mission to develop vaccines for critical pathogens such as HIV and Ebola. This acquisition is vital for maintaining uninterrupted research operations and ensuring timely project milestones. Interested vendors must submit their quotes by 3:00 PM EST on September 17, 2024, to Kathy Song at kathy.song@nih.gov, and must comply with all specified technical requirements and federal contracting regulations.
    ZEISS DISCOVERY V12 DISSECTING AND ZEISS STEMI 305 DISSECTING SCOPE MICROSCOPES
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking quotes for the procurement of Zeiss Discovery V12 Dissecting and Zeiss Stemi 305 Dissecting Scope Microscopes. This acquisition, which falls under the NAICS code 334516 for Analytical Laboratory Instrument Manufacturing, requires specific brand-name equipment to support the National Institute of Allergy and Infectious Diseases (NIAID) in its research activities. The contract will be awarded based on technical capability and price, with a submission deadline of September 16, 2024, at 5:00 PM EST. Interested vendors should direct inquiries to Maliaka Pinkney at maliaka.pinkney@nih.gov or Jesse D Weidow at weidowjd@niaid.nih.gov, and must submit their offers via the NIH's Simplified Acquisition Submission System (eSASS).
    SOURCES SOUGHT: Maintenance and Repair Service for the Nanopore Promethion Long Read Sequencer
    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 maintenance and repair services for the Nanopore Promethion Long Read Sequencer. The primary objective is to ensure the reliable functioning of this critical laboratory equipment, which supports ongoing research at the National Institute on Aging, particularly in neurogenetics and Alzheimer's disease studies. The selected contractor will be responsible for preventative maintenance, software upgrades, and troubleshooting, with a requirement for OEM-certified parts and factory-trained technicians. Interested parties must submit their capability statements to Hashim Dasti at hashim.dasti@nih.gov by September 18, 2024, at 11 AM Eastern Time, adhering to specified formatting guidelines.
    Terason uSmart Ultrasound System 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 proposals for the procurement of a Terason uSmart Ultrasound System, or an equivalent product, to enhance clinical and research capabilities in neuromuscular disorders, particularly for pediatric patients. The system must be lightweight, portable, and feature rapid boot-up, image optimization, and comprehensive data storage to meet the needs of the NIH's National Institute of Neurological Disorders and Stroke (NINDS). This acquisition is part of the government's efforts to advance medical research while adhering to federal procurement standards, with a firm-fixed price purchase order anticipated and delivery expected within 30-60 days. Interested small businesses must submit their proposals electronically by September 17, 2024, to Frederick Weddington at frederick.weddington@nih.gov, with inquiries directed to his office at 301-594-6835.
    ThermoFisher branded Invitrogen ProcartaPlex immunoassay kits (Brand Name restriction)
    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 ThermoFisher branded Invitrogen ProcartaPlex immunoassay kits as part of a combined synopsis/solicitation. The procurement aims to acquire specific immunoassay kits necessary for testing human cytokine and chemokine levels in serum and saliva samples from individuals with alcohol use disorder, which is critical for ongoing research into the effects of alcohol consumption on health. The required kits must be capable of detecting and quantifying a panel of 80 targets simultaneously and are essential for ensuring continuity and comparability across various studies conducted by the NIH Clinical Center. Interested vendors must submit their offers by September 17, 2024, to Lu Chang at lu-chang.lu@nih.gov, including pricing and delivery timelines, as late submissions will not be considered.