CDER Division of Applied Regulatory Science’s (DARS) Purchase of Cryopreservation System
ID: 75F40124Q00543Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

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

PSC

REFRIGERATION EQUIPMENT (4110)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking quotes for the procurement of a high-performance cryopreservation system to enhance the cryogenic storage capacity for biological materials used in drug metabolism and toxicology studies. The primary objective is to purchase an MVE HECO Vapor Series P-190 cryopreservation system that maintains stable -190°C temperatures and low nitrogen consumption, thereby complementing existing MVE freezers and ensuring consistent storage conditions across studies. This procurement is critical for maintaining the integrity of samples collected in the FDA's Division of Applied Regulatory Science (DARS) and is set aside exclusively for small businesses, with a firm-fixed-price contract expected to be awarded. Interested vendors should direct inquiries to Nicholas Bisher at Nicholas.Bisher@fda.hhs.gov, with delivery anticipated within 90 days of contract award.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotations (RFQ) No. 75F40124Q00543 issued by the U.S. Food and Drug Administration (FDA) for the purchase of a high-performance cryopreservation system. The requirement aims to support the FDA's Division of Applied Regulatory Science (DARS) by enhancing the cryogenic storage capacity for biological materials essential in drug metabolism and toxicology studies. The RFQ outlines a total small business set-aside, indicating that only small businesses may submit quotes. Key specifications include the procurement of an MVE HECO Vapor Series P-190 cryopreservation system, which must maintain low nitrogen consumption and stable -190°C temperatures. It also details requirements such as delivery within 90 days, with the expectation of a firm-fixed-price contract type. Additionally, regulatory compliance standards, including occupational safety conditions, electronic invoicing, and conflict of interest guidelines, are laid out to ensure transparent and accountable procurement processes. Overall, this RFQ illustrates the FDA's commitment to maintaining high standards in research integrity and operational efficiency, thus ensuring that the capabilities of existing cryogenic systems are matched and improved for reliable sample storage.
    The document outlines a Request for Quotations (RFQ) for the purchase of a Cryopreservation System, specifically RFQ No. 75F40124Q00543. It includes a pricing table for various products associated with the system, where vendors are required to fill in highlighted fields for item details. The key items listed are the MVE HECO 1536P-190AF-GB cryopreservation system, various racks, plastic boxes, installation costs, and training requirements. The pricing structure comprises unit costs and total costs for each item, including shipping and freight charges. The overarching goal of this RFQ is to procure the necessary equipment and services to enhance cryopreservation capabilities, indicating a focus on detailed budgeting and accountability. The document is structured to facilitate vendor responses by providing clear categories for product specifications and pricing, which aligns with standard practices in government procurement processes.
    The document outlines the Request for Quotation (RFQ) No. 75F40124Q00543 and specifies the federal acquisition regulations (FAR) clauses that contractors must adhere to for commercial products and services. It details mandatory compliance with various statutes and executive orders, identifying key clauses such as prohibitions on contracting with certain foreign entities, requirements for utilizing small businesses, and standards regarding labor practices and ethics. The RFQ emphasizes contractor responsibilities, including providing accelerated payments to small business subcontractors, and mandates reporting on executive compensation. It also addresses issues of child labor, equal opportunity employment, and environmental sustainability through specific clauses on materials and practices. The structure consists of numbered clauses organized by category (general provisions, specific contract terms, and compliance with laws). The overall purpose is to ensure that contractors understand their legal obligations and the regulatory framework governing the acquisition process, thereby promoting accountability and ethical practices in federal contracting.
    The document is an RFQ (Request for Quotations) Question Submittal Form related to RFQ No. 75F40124Q00543 for the procurement of a Cryopreservation System. It outlines the process for offerors to submit inquiries regarding the RFQ, including specific sections and attachments relevant to the submission. The form refers to various attachments such as the Statement of Work, Labor Category Descriptions, and Past Performance Questionnaire, each crucial for understanding the requirements and evaluation criteria. The purpose of this form is to streamline communication between the agency and potential offerors, ensuring that all questions regarding the procurement process are formally documented and addressed. This facilitates clarity and compliance for all parties involved in the submission process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Software License and Device Warranty for Two Nanopore GridION Instruments
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking to procure a Software License and Device Warranty for two Nanopore GridION instruments, which are critical for the FDA's Next Generation Sequencing (NGS) initiatives focused on genomic data collection and analysis. The procurement aims to ensure optimal performance of these instruments through software and hardware updates, remote troubleshooting, and a return and replace policy for faulty devices, with a total cost of $25,000 for a one-year warranty and license renewal. This acquisition underscores the FDA's commitment to enhancing pathogen identification capabilities through advanced genomic technology, with the performance period set from September 28, 2024, to September 27, 2025, and the possibility of extending for three additional years, subject to funding. Interested vendors should submit their quotes electronically to Raphael Hall at raphael.hall@fda.hhs.gov by September 19, 2024, at 11:59 PM Eastern Standard Time.
    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.
    Hitachi HT7800 Transmission Electron Microscope
    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 Hitachi HT7800 Transmission Electron Microscope. This acquisition aims to support the development of antibody therapeutics and the design of vaccines and antivirals, which are critical for ongoing research at the Vaccine Research Center (VRC). The procurement is governed by FAR Simplified Acquisition Procedures, and the selected vendor will be required to deliver the microscope within 30 days of award, with installation and training to be completed by March 25, 2024. Interested vendors must submit their quotes by 12:00 PM EST on September 23, 2024, to Hershea Vance at hershea.vance@nih.gov, and ensure compliance with all specified requirements and clauses outlined in the solicitation.
    Cryostream 1000 PLUS System Bundle
    Active
    Energy, Department Of
    The Department of Energy, through the SLAC National Accelerator Laboratory, is seeking to procure a Cryostream 1000 PLUS System Bundle from Oxford Cryosystems Ltd. This system is required to convert liquid nitrogen into a stable stream of cold nitrogen gas, with specific operational capabilities including a cooling range from 80K to 500K and a continuous operation capacity without refill. The procurement is critical for supporting energy research and development activities at the laboratory, ensuring compliance with federal regulations such as the Buy American Act. Interested vendors must submit their quotes, delivery timelines, and technical compliance statements to Angela Garcia at angelag@slac.stanford.edu, with payment terms set at net 30 days and freight terms as FOB Destination Prepaid and Add.
    DM: Prediction Model Software
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking advanced prediction model software to enhance product quality and efficiency within its Division of Product Quality and Research (DPQR). The software must be capable of mining large and complex datasets to identify critical quality parameters and optimize product performance at a molecular level, particularly in a high-performance computing (HPC) environment. This procurement is vital for addressing product quality issues in pharmaceutical manufacturing and ensuring compliance with FDA standards. Interested vendors should contact Allison Meads at allison.meads@fda.hhs.gov or Steven Gagnon at steven.gagnon@fda.hhs.gov for further details, as the contract will follow a firm fixed price model with specific deliverables and a performance period extending until installation and warranty completion.
    PRIMO Software Licensing
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified small businesses to provide PRIMO Software Licensing and Maintenance Support Services. The procurement involves supplying 21 PRIMO software licenses for a base year, with two additional option years, to ensure the continuous operation of the FDA's CFSAN CAEMS system. This software is crucial for pharmacovigilance and regulatory compliance, enhancing the FDA's capabilities in monitoring food safety. Interested parties must submit their quotes by August 26, 2024, and are encouraged to contact Roosevelt Walker at roosevelt.walker@fda.hhs.gov for further details. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with federal acquisition regulations and accessibility standards.
    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.
    4110--20' Refrigerator Container
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for the procurement of four customized 20-foot refrigerated containers, specifically Klinge Corporation models, intended for use at the Bedford VA Medical Center. The containers must meet detailed refrigeration and shelving specifications outlined in the Statement of Work and are set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), promoting federal goals for small business engagement in government contracting. This procurement emphasizes compliance with federal regulations, including limitations on subcontracting, ensuring that no more than 50% of the contract value is subcontracted to entities outside certified small businesses. Interested vendors should contact Contract Specialist Tyler M Kenyon at tyler.kenyon@va.gov for further details and to submit their quotations in accordance with the specified requirements.
    Blanket Purchase Agreement (BPA) for Dry Ice / CO2
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) is seeking proposals for a Blanket Purchase Agreement (BPA) to supply dry ice and liquid carbon dioxide (CO2) essential for laboratory operations. The procurement aims to secure a reliable source of these materials, with specific requirements including the delivery of 520,000 lbs. of dry ice and 780,000 lbs. of liquid CO2 annually, emphasizing compliance with safety and quality standards. This BPA, valued at an estimated $4.8 million over five years, is set aside for service-disabled veteran-owned small businesses, with quotes due by August 20, 2024, and questions accepted until August 5, 2024. Interested vendors should contact James Brown III at xvn8@cdc.gov for further details.
    USFWS - Walk In Seed Coolers - Iowa
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking quotes for the procurement of two walk-in seed coolers to be delivered to the Fergus Falls and Morris Wildlife Management Districts in Minnesota. The requirement includes specific technical specifications regarding dimensions, insulation, and power supply, with an anticipated delivery date of November 30, 2024. This procurement is part of a total small business set-aside initiative, emphasizing the importance of small business participation in government contracting. Interested vendors must submit their quotations by September 21, 2024, to Thomas Ikner at thomasikner@fws.gov, and must be registered as active vendors in the System for Award Management (SAM) to be eligible for award consideration.