-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.
    B1 Biological Safety Cabinet (BSC) Replacements for the Division of Intramural Research (DIR) - 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 qualified vendors to provide replacement Biological Safety Cabinets (BSCs) for the Division of Intramural Research (DIR). The procurement aims to acquire up to eighty NSF/ANSI 49 certified Class II, Type B1 BSCs, with an immediate requirement for eighteen units to replace aging equipment that is critical for safe research involving infectious microorganisms and viruses. This initiative is essential for maintaining high safety standards in laboratory environments and supporting ongoing research in areas such as COVID-19, AIDS, and malaria. Interested vendors must submit their quotes by 1:00 PM EST on September 23, 2024, to Caitlyn O'Connor at caitlyn.o'connor@nih.gov, and ensure compliance with all specified requirements and deadlines.
    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.
    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.
    BD FACS Symphony S6 Cell Sorter (Brand Name or Equal)
    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 to procure one (1) BD FACSymphony S6 SE Cell Sorter System (or equal) along with a twelve-month maintenance agreement for parts and labor. This procurement is critical as the existing cell sorter is nearing the end of its life cycle, and the new system must meet specific requirements, including compatibility with FlowJo software and advanced operational safety features, to support high-containment research involving infectious samples. Interested vendors are required to submit comprehensive quotes by September 19, 2024, with evaluations focusing on technical acceptability, past performance, and price to ensure the best value for the government. For further inquiries, vendors can contact Linda Smith at linda.smith2@nih.gov or Christian Brown at christian.brown@nih.gov.
    Surface Plasmon Resonance (SPR) Instrument- Brand Name or Equal
    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 a Surface Plasmon Resonance (SPR) Instrument, either brand name or equal, to support its Vaccine Research Center's structural biology efforts. The procurement aims to acquire a high-throughput SPR instrument that meets specific technical requirements, including dimensions, weight, temperature ranges, and data collection capabilities, to facilitate biophysical and structural analysis of macromolecules. This equipment is critical for advancing research in infectious diseases and vaccine development. Interested vendors must submit their quotes by 4:30 PM EST on September 19, 2024, to Hershea Vance at hershea.vance@nih.gov, and ensure compliance with all specified requirements and clauses outlined in the solicitation documents.
    In-VitroCell NU-5710 Direct Heat CO2 Incubator
    Active
    Health And Human Services, Department Of
    Combined Synopsis/Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF is seeking to procure an In-VitroCell NU-5710 Direct Heat CO2 Incubator. This item is typically used for laboratory research and is intended to replace the current incubators being utilized at NIEHS. The procurement is being conducted on a sole source basis with Nuaire, Inc. The delivery date for this purchase is September 30, 2024. Interested parties may submit a capability statement by July 25, 2024, 5:00 PM EST. For more information, please contact Brian Moyer at moyerbd@niehs.nih.gov.
    75N99024R00090 C109584 - Building 105, Providing Standby Power for Chilled Water Generation to Improve Reliability of the Research Triangle Park (RTP) Central Utility Plant (CUP)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health, is soliciting proposals for a design-build project aimed at enhancing the reliability of the Central Utility Plant at Research Triangle Park, North Carolina. The primary objective is to provide standby power for chilled water generation, ensuring continuous cooling for critical research facilities, particularly in the event of electrical utility failures. This project is vital for maintaining operational integrity in laboratories and vivarium environments, where temperature and humidity control are essential for sensitive scientific equipment and research activities. Interested contractors must submit their proposals by September 23, 2024, with an estimated project budget ranging from $25 million to $100 million. For further inquiries, contact Thuy Le at thuy.le@nih.gov or Thao Nguyen at thao.nguyen@nih.gov.
    Spectral Flow Cytometer-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) through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of a spectral flow cytometer, specifically a Sony ID7000 or an equivalent model. This advanced laboratory instrument is essential for conducting high-parameter flow cytometry, enabling the exploration of over 35 markers in various experimental systems to enhance immunological research capabilities. Interested vendors must submit their quotes by September 23, 2024, with delivery of the equipment required within 60 days of award and installation to be completed by August 1, 2025. For further inquiries, vendors can contact Hershea Vance at hershea.vance@nih.gov or by phone at 301-761-6404.
    Tecniplast Caging Equipment 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 qualified vendors to provide Tecniplast caging equipment or equivalent products for the National Institute of Neurological Disorders and Stroke (NINDS). The procurement aims to replace worn-out caging systems used for housing rodents, which are essential for various research programs, and includes specific requirements for Tecniplast 1145T Blue Line mouse cages, Green Line rat cages, and associated logistics equipment. This contract is set aside for small businesses and will follow simplified acquisition procedures, with a base period of six months and two one-year options, emphasizing firm-fixed pricing. Interested parties must submit their proposals by September 19, 2024, and can contact Frederick Weddington at frederick.weddington@nih.gov or 301-594-6835 for further information.