Purchase of Lab Supplies
ID: 75N98025Q00021Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

BROOMS, BRUSHES, MOPS, AND SPONGES (7920)

Set Aside

Partial Small Business Set-Aside (FAR 19.5) (SBP)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 8:30 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide various lab supplies, including cleaning and sanitation products, under solicitation number 75N98025Q00021. The procurement aims to ensure the NIH is equipped with essential supplies such as paper towels, disinfectant wipes, and hand soap, which are critical for maintaining hygiene and safety in healthcare environments. This opportunity includes a partial small business set-aside, encouraging participation from small businesses, including service-disabled veteran-owned and women-owned enterprises, with a focus on timely delivery within a 10-day timeframe. Interested vendors must submit their quotes via email by 4:30 PM Eastern Daylight Time on April 9, 2025, and can direct inquiries to Carol Hayden at haydenc@od.nih.gov.

Point(s) of Contact
Files
Title
Posted
The NIH Supply Center outlines specific delivery requirements for vendors delivering to its location in Gaithersburg, MD. Deliveries must occur during standard hours and adhere to special provisions, including clear labeling with the purchase order number, standardized packaging, and the use of bar codes following federal military standards. The document specifies pallet size requirements for general and chemical deliveries and mandates that items must not be commingled on pallets. A Supply Discrepancy Report (SDR) will be issued for any non-compliant deliveries, giving vendors two business days to address discrepancies. Issues with delivery should be communicated directly to the designated Purchasing Agent or the Inventory Management Branch. Compliance with these requirements is crucial, as failures may lead to delays in processing and future procurement opportunities. This document serves as a vital guideline for vendors to ensure streamlined operations and adherence to NIH standards, reflecting best practices in federal procurement processes.
Mar 31, 2025, 7:04 PM UTC
The document outlines various cleaning and hygiene products intended for institutional use, likely related to government procurement processes such as RFPs and grants. It includes specifications for different types of paper towels, wipes, soaps, and disinfectants, each carefully described with product codes, sizes, and intended uses. For instance, the WYPALL utility wipes and Kleenex kitchen towels cater to industrial and general cleaning needs, respectively, while Lysol and Clorox disinfectant wipes emphasize reducing germs and allergens. Additionally, the document features environmentally friendly options like biodegradable paper plates and suggests antimicrobial soaps designed for healthcare settings. This compilation is structured as a catalog of products meant for organizations requiring consistent supplies for sanitation and hygiene, suggesting a broader initiative by government entities to ensure cleanliness in public or institutional spaces. The focus on specific brands indicates a preference for reliable quality, while a note of "not for personal use" signifies their institutional intent. Overall, this document serves the purpose of facilitating procurement for essential cleaning and hygiene supplies across various governmental and institutional environments.
Mar 31, 2025, 7:04 PM UTC
The document outlines a Request for Proposal (RFP) issued by the National Institutes of Health (NIH) for the procurement of various cleaning and sanitation supplies. The solicitation number is 75N98025Q00021, with proposals due by April 9, 2025. The products include paper towels, disinfectant wipes, hand soap, and other cleaning supplies intended for use in a healthcare environment. Each item description specifies quantities, product codes, applicable manufacturers, and detailed descriptions focusing on their properties, effectiveness, and intended use. The RFP emphasizes the necessity for suppliers to comply with federal regulations, highlighting the importance of quality and cleanliness in public health settings. It is noted that products must meet specified standards and may involve both brand name and equivalent items. The RFP also encourages participation from small businesses, including service-disabled veteran-owned, HUBZone, and women-owned enterprises. Overall, this procurement process aims to ensure the NIH is equipped with necessary sanitation materials to maintain health and safety in its facilities during the specified delivery period.
Mar 31, 2025, 7:04 PM UTC
The document outlines shipping instructions for vendors delivering to the NIH Supply Center, providing essential details to ensure compliance. Deliveries must be directed to specific facilities within the NIH Supply Center at designated addresses during specified hours. Proper labeling is crucial: all shipments should have visible order numbers, and cartons must include necessary product identification and packing information. Packaging guidelines specify that inner packs contain only one National Stock Number (NSN) and that full and partial cartons must be distinguished. Hazardous materials must adhere to DOT and IATA regulations, while temperature-sensitive items require validated packing. All shipments must be barcoded, indicating specific item details, and include essential documentation such as a purchase order and packing list. Non-compliance with these shipping terms may delay acceptance and payment and affect future procurement opportunities with the NIH Supply Center. The instructions emphasize meticulous attention to detail in packaging, labeling, and documentation, ensuring efficient logistics and regulatory adherence for government procurement processes.
Lifecycle
Title
Type
Purchase of Lab Supplies
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Return to Office Design Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals from qualified small businesses for Return to Office Design Services. The primary objective of this procurement is to assist the NIH's Office of Research Services in optimizing workspace efficiency, managing facilities, and implementing cost-saving measures through the repurposing of underutilized areas, while providing strategic recommendations for long-term space utilization. This contract, which is set aside for small businesses under NAICS code 561499, will cover a base year from July 1, 2025, to June 30, 2026, with options for two additional years, and emphasizes compliance with federal guidelines and sustainability goals. Interested parties should contact Isaac J. Bellamy at isaac.bellamy@nih.gov for further details and to ensure their proposals meet the necessary requirements by the submission deadline.
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
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 soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
LAB TESTS AND REAGENTS KITS
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Illumina, Inc. for the procurement of various Next Generation Sequencing (NGS) reagent kits essential for their laboratory operations. The required items include specific Illumina reagent kits, which are critical for conducting NGS and are exclusively manufactured by Illumina, making them unavailable from other suppliers. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the primary contact, Ms. Van Holley, by 9:00 AM ET on April 17, 2025, with no costs incurred by the government for submissions. Contractors must be registered with the System for Award Management (SAM) to participate in this procurement process.
NOTICE OF INTENT FOR LABORATORY EQUIPMENT AND SUPPLIES
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Plexon, Inc. for the procurement of laboratory equipment and supplies essential for research purposes. The contract will cover various items including headstages and cables, multi-electrode arrays, acquisition and analysis software, an overhead camera system, and optogenetics systems, all of which are critical for data acquisition and analysis in laboratory settings. Interested vendors who believe they can provide equivalent products are invited to submit a capability package to the Contract Specialist, Ms. Van Holley, by 9:00 AM ET on April 18, 2025. Responses must include company details and product specifications, and all contractors must be registered with the System for Award Management (SAM).
Service Contract for Leica Imaging Platforms for the Laboratory of Immune System Biology (LISB)
Buyer not available
The Department of Health and Human Services, through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking a contractor to provide a service contract for the maintenance of Leica Imaging Platforms utilized by the Laboratory of Immune System Biology (LISB). The objective of this procurement is to ensure optimal operational conditions for 14 advanced microscopy instruments, which are critical for research in immunology and infectious diseases, through preventive maintenance, remedial repairs, and prompt onsite responses by factory-trained engineers. The contract will span a base period from May 1, 2025, to March 31, 2026, with four additional option periods extending through March 31, 2030. Interested vendors must submit their quotes by 3:00 PM EST on April 24, 2025, to Kathy Song at kathy.song@nih.gov, and are encouraged to address any questions by April 18, 2025.
Notice of Intent for BD Flow Cytometry Antibodies Reagents
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is issuing a Notice of Intent for a sole-source procurement of various flow cytometry antibodies from BD. The procurement encompasses 28 types of antibodies along with associated shipping and handling costs, which are critical for research and diagnostic applications in the field of immunology and infectious diseases. This opportunity is not a request for proposal; however, other suppliers capable of providing comparable products are invited to submit capability statements via the NIAID's electronic Simplified Acquisition Submission System (eSASS) by April 17, 2025, at 10:00 am. Interested vendors must register in the eSASS system to participate, and all submissions will be evaluated at the Government's discretion.
Advanced Instruments, LLC Osmo Pro Max.
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a fixed-price sole source purchase order to Advanced Instruments, LLC for the procurement of an Osmo Pro Max automated osmometer and associated services. This acquisition is essential for the Department of Laboratory Medicine, which requires the osmometer for conducting osmolality testing on various body fluids, a critical diagnostic tool for evaluating patients' water balance and monitoring treatment efficacy. The procurement process is being conducted under FAR Part 13, allowing for a sole source acquisition due to the specific compatibility and quality assurance requirements already established with Advanced Instruments. Interested parties capable of providing similar products may submit a capability statement by April 24, 2025, to Emeka Onyejekwe at emeka.onyejekwe@nih.gov.
Notice of Intent BD Rhapsody Single-Cell Analysis Reagent Kits
Buyer not available
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.
NHLBI Procurement Forecast - FY2025-Q1 & Q2
Buyer not available
The National Institutes of Health (NIH), specifically the National Heart, Lung, and Blood Institute (NHLBI), has issued a special notice regarding its procurement forecast for the first and second quarters of Fiscal Year 2025. This notice outlines anticipated contracting opportunities, including a variety of goods and services such as scientific support services, IT security, and specialized scientific equipment, with a focus on fostering small business participation. The forecast serves as a planning tool for potential vendors, indicating that while the projected procurements are subject to change, they are essential for supporting the NIH's mission in health research. Interested parties can find detailed information, including estimated dollar values and points of contact, in the attached document, with initial award dates ranging from late 2024 to mid-2025.
Neutrophil antibody testing and various blood products for the Department of Transfusion Medicine
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole-source contract to the American National Red Cross for neutrophil antibody testing and various blood products for the Department of Transfusion Medicine. This procurement aims to address the critical need for specialized blood products and testing services essential for patients with conditions such as sickle cell disease and Severe Aplastic Anemia, who require phenotype-matched blood and HLA-matched platelets. The anticipated period of performance for this indefinite delivery/indefinite quantity (IDIQ) task order is from May 1, 2025, through April 30, 2026, with a total estimated value not exceeding $250,000. Interested parties may submit capability statements to Shasheshe Goolsby at shasheshe.goolsby@nih.gov by April 21, 2025, at 6:30 AM EST.