TSA 2 Air System
ID: 75N94026Q00007Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Hardware Manufacturing (332510)

PSC

IT AND TELECOM - IT MANAGEMENT TOOLS/PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7F20)

Set Aside

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

    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for the TSA 2 Air System, specifically a quantitative sensory testing device for the National Institute on Alcohol Abuse and Alcoholism (NIAAA). This procurement includes the Medoc Main Station, operating software, patient response unit, standard accessories, and remote setup and training support, all of which are critical for Dr. Joseph's clinical protocols. The contract is set aside for small businesses and will be evaluated based on technical requirements, price, and past performance, with a focus on non-price factors. Interested vendors must submit their proposals by December 14, 2025, and can direct inquiries to Kelly Robinson at kelly.robinson@nih.gov.

    Point(s) of Contact
    ROBINSON, KELLY M
    kelly.robinson@nih.gov
    Files
    Title
    Posted
    The National Institutes of Health (NIH) has issued Solicitation Number 75N94026Q00007, an Unrestricted Request for Quote (RFQ) for the National Institute on Alcohol Abuse and Alcoholism (NIAAA). The solicitation, with a NAICS code of 332510, is for the purchase of a new quantitative sensory testing device, specifically the TSA2 AIR system, for Dr. Joseph's clinical protocols. This includes the Medoc Main Station, operating software, patient response unit, standard accessories, and remote setup and training support. Additionally, the RFQ covers shipping and handling to Bethesda, MD. The offer due date is December 1, 2025, with an offer expiration date of December 14, 2025. Delivery is expected by November 17, 2025, and the period of performance is from December 31, 2025, to December 30, 2026. The administering office is NIAAA in Bethesda, MD, and invoices are to be submitted to the same address.
    This document is a combined synopsis/solicitation (Solicitation Number: 75N92026Q00007) issued by the contracting office at 6701 Rockledge II, Bethesda, MD 20817, for the TSA 2Aire System. Dated December 1, 2025, with a closing response date of December 14, 2025, at 12 P.M. EST, this is a Request for Quote (RFQ) for commercial items. The acquisition is unrestricted, utilizing NAICS code 332510 (small business size standard 750), and follows FAR Parts 12 and 13. Proposals will be evaluated based on technical requirements, price, and past performance, with non-price factors being more important than price. Offers must include a completed FAR Clause 52.212-3 and be submitted via email to Kelly.Robinson@nih.gov. The contract performance location is Washington, DC 20201, and it is a Small Business Set-Aside.
    Lifecycle
    Title
    Type
    TSA 2 Air System
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Support for Evaluating and Conducting Computational and Alternative Toxicological Methods for the National Institute of Environmental Health Sciences
    Buyer not available
    The Department of Health and Human Services, specifically the National Institute of Environmental Health Sciences (NIEHS), is seeking proposals from small businesses to support the evaluation and conduct of computational and alternative toxicological methods. The objective of this procurement is to assist NIEHS in chemical hazard and risk assessment while minimizing the use of animal testing, focusing on areas such as population variability, developmental neurotoxicity, and carcinogenicity. This contract, which is a Cost-Plus-Fixed-Fee type, has a base period of performance from June 1, 2026, to May 31, 2027, with nine additional one-year options and a potential six-month extension. Proposals are due by December 19, 2025, and must be submitted electronically via the NIH eCPS website; interested parties can contact Jason Williams at jason.williams2@nih.gov or Lisa Schaupp at lisa.schaupp@nih.gov for further information.
    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.
    All Sites Primary Barrier Equipment and Decontamination Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract titled "All Sites Primary Barrier Equipment and Decontamination Services." This contract aims to support various NIH locations in Maryland and Montana, including the Bethesda Main Campus and the NIAID Integrated Research Facility, by providing essential decontamination services and maintenance of primary barrier equipment. The services are critical for maintaining a safe and healthy environment for NIH patients, employees, and visitors, particularly in high-security research laboratories. Interested small businesses are encouraged to reach out to primary contact Evguenia Mathur at jane.mathur@nih.gov or 301-451-0237, or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov or 240-669-5154 for further details. The solicitation is set aside for small businesses under FAR 19.5, and the RFP number is 75N98026R00001.
    Single-Nuclei Multiome Analysis of Human Brain Tissue, iPSC-Derived Cells and Human Dorsal Root Ganglion
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified entities to conduct a Single-Nuclei Multiome Analysis of Human Brain Tissue, iPSC-Derived Cells, and Human Dorsal Root Ganglion. This procurement aims to advance research in medical laboratory testing by analyzing complex biological samples to enhance understanding of neurological conditions. The work is critical for developing innovative treatments and therapies in the field of neuroscience. Interested parties can reach out to Maggie Brant at maggie.brant@nih.gov or KJ Shaikh at KJ.Shaikh@nih.gov for further details regarding this opportunity.
    Service Agreement: ION Sequencing System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the ION Sequencing System, which includes maintenance and support for critical laboratory equipment. The contract will cover a one-year AB Assurance plan with Life Technologies/ThermoFisher Scientific, ensuring comprehensive service including parts, labor, travel for repairs, and priority technical support for the ION S5 XL and S5 Prime sequencers, as well as the Ion Chef system. This procurement is vital for maintaining the functionality of advanced sequencing equipment used in medical research, which supports various health-related studies. Interested vendors must submit their quotations by December 9, 2025, to Tina Robinson at robinsti@mail.nih.gov, referencing solicitation number 75N94026Q00008, and must comply with all applicable FAR clauses and requirements.
    EZ1 & 2 DNA Blood Isolation Kit and DNA Tissue Kit
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole source contract with Qiagen for the procurement of EZ1 & 2 DNA Blood Isolation Kits and DNA Tissue Kits. These kits are critical for the ongoing clinical research and patient care at the NIH Clinical Center, particularly for Human Leukocyte Antigen (HLA) matching in transplant patients and potential donors. The kits have been extensively tested and are essential for providing high-quality DNA samples necessary for critical Next Generation Sequencing, with an estimated contract value of $29,166.25. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 13, 2025, referencing NOI-CC-26-000013.
    Medication - Phenburane
    Buyer not available
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for the procurement of Phenburane, a medication classified under pharmaceutical preparation manufacturing. This solicitation aims to acquire a specific drug that plays a crucial role in medical treatments, particularly within the NIH's National Heart, Lung, and Blood Institute (NHLBI). Interested vendors should note that the primary contact for this opportunity is Brittany N. May, who can be reached at brittany.may@nih.gov or by phone at +1 301 594 4009 for further inquiries. Details regarding the funding amount and submission deadlines have not been specified in the provided information.
    A--Pre-Sol Notice of Intent
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), has issued a Pre-Solicitation Notice of Intent regarding upcoming procurement opportunities. This notice pertains to research and development services in the physical, engineering, and life sciences sectors, as indicated by the NAICS code 541715. The services sought are crucial for advancing health-related research and healthcare services, contributing to the overall mission of the NIH. For further inquiries, interested parties can contact Lynn M. Furtaw at lynn.furtaw@nih.gov or by phone at +1 301 435 0330.
    AB Assurance 1 PM plan for the DNA Analyzer 3730XL (UPG)
    Buyer not available
    The National Institutes of Health (NIH), specifically the Eunice Kennedy Shriver National Institute on Child Health and Human Development (NICHD), is seeking to award a sole-source contract for maintenance services for the DNA Analyzer 3730XL (UPG) from Life Technologies Corporation. The procurement involves a one-year maintenance service plan, known as the AB Assurance 1 PM plan, which is critical for ensuring the operational reliability of the DNA analyzer, a vital tool in genetic research and analysis. Interested vendors are invited to submit their quotations by December 14, 2025, at 12:00 PM EST, referencing solicitation number 75N94026Q00006, with evaluations focusing on technical capability and past performance. For further inquiries, vendors may contact Kelly Robinson at kelly.robinson@nih.gov or +1 301 435 2719.
    Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Services (SaaS)
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking proposals for a software license for Medical Equipment and Furnishings, Fixtures, and Equipment (FF&E) Planning Software as a Service (SaaS) to support the construction of new healthcare facilities. The objective is to replace outdated spreadsheet-based methods that have resulted in cost overruns and project delays, with a web-based solution that includes features such as real-time updates, API connectivity, and compliance with federal regulations. Proposals are due by December 26, 2025, at 3:00 pm EST, and must be submitted via email to Colleen Henry at colleen.henry@ihs.gov, with evaluations based on price and compliance with specified terms and conditions.