iNDI ALFAtag cell lines for the iPSC Neurodegenetive Disease Initiative (iNDI) project
ID: 75N95025Q00078Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Medical Laboratories (621511)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 4:00 PM UTC
Description

The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the procurement of iNDI ALFAtag cell lines as part of the iPSC Neurodegenerative Disease Initiative (iNDI) project. The objective is to generate up to 230 isogenic iPSC cell lines, including fluorescent ALFAtags for visualization, adhering to established quality control standards for research on Alzheimer's disease and related dementias. This initiative is crucial for advancing scientific understanding of neurodegenerative diseases and creating a publicly accessible cell repository. Interested vendors must submit their proposals by April 15, 2025, at 12:00 PM Eastern Time, to Andrea Clay at amcgee@nih.gov, referencing solicitation number 75N95025Q00078.

Point(s) of Contact
Files
Title
Posted
Mar 24, 2025, 6:06 PM UTC
The provision 52.204-24 outlines the requirements for Offerors regarding telecommunications and video surveillance services or equipment in federal contracts. It requires Offerors to represent whether they provide or use covered telecommunications equipment or services, aligning with provisions established under the John S. McCain National Defense Authorization Act for Fiscal Year 2019. Key prohibitions include the procurement of systems that utilize covered telecommunications as a critical component, effective post the specified dates. Offerors must conduct reasonable inquiries and disclose specified information, including the entities involved, descriptions of equipment or services, and their proposed use if they affirm the use of such equipment. The document reinforces the importance of compliance and transparency regarding telecommunications technologies utilized in federal work, ensuring that only eligible entities can engage in government contracts associated with telecommunications services. This provision is vital in maintaining national security interests by preventing reliance on certain telecommunications technologies deemed risky.
Mar 24, 2025, 6:06 PM UTC
The document outlines the requirements for the representation of Offerors related to covered telecommunications equipment or services in federal contracts. It emphasizes that Offerors must define "covered telecommunications equipment or services" in accordance with clause 52.204-25, which prohibits certain telecommunications and video surveillance services. The Offeror is required to check the System for Award Management (SAM) for any excluded entities. They must then indicate whether they provide such covered services or utilize any systems that include this equipment after conducting a reasonable inquiry. The document culminates with a certification section where an authorized individual must sign and affirm their statements. This provision is critical for ensuring compliance and maintaining integrity in federal contracting processes, especially concerning national security and telecommunications standards.
Mar 24, 2025, 6:06 PM UTC
The document outlines the Federal Acquisition Regulation (FAR) clauses that contractors must adhere to in contracts involving commercial products and services. It emphasizes compliance with various legal provisions and executive orders, categorizing them into sections that specify essential clauses the contracting officer may select. Key requirements include maintaining ethical standards, ensuring fair labor practices, and respecting privacy rights. Additionally, there are clauses concerning small business participation and restrictions related to specific foreign entities. The contractor must also prepare for potential audits by the Comptroller General, ensuring access to pertinent records for transparency. The clauses integrate elements aimed at promoting small business utilization, preventing human trafficking, and fostering equitable treatment for veteran and disabled workers. Moreover, the document underscores the necessity of adhering to environmental regulations and supporting sustainable practices. Overall, this guidance serves to aid compliance within federal contracts while fostering ethical business operations and adherence to legal standards.
Mar 24, 2025, 6:06 PM UTC
This document outlines the Information and Communication Technology (ICT) Accessibility Notice for offerors responding to a solicitation from the Department of Health and Human Services (HHS). It mandates compliance with Section 508 accessibility standards, available at specified HHS resources. Offerors must submit either a HHS Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report (ACR), which detail how their ICT products and services conform to these standards. If supplies or services fail to meet these standards after contract award, the responsibility for remediation falls to the contractor. The document stipulates that all electronic content delivered must meet HHS acceptance criteria for accessibility, and materials must be accompanied by appropriate checklists, unless approved otherwise by the contracting officer. The primary goal of this notice is to ensure that all ICT offerings are accessible, thus supporting HHS's commitment to inclusivity and compliance with federal regulations.
Mar 24, 2025, 6:06 PM UTC
The document outlines the requirements for information and communication technology (ICT) accessibility in federal contracts, specifically referencing compliance with Section 508 of the Rehabilitation Act of 1973. All ICT products and services developed or acquired under such contracts must meet the Revised 508 Standards available through accessible links in the text. Should the supplied ICT fail to conform to these standards, contractors are accountable for remediation at their expense. For contract modifications that add or change ICT supplies or services, contractors must provide a completed HHS Section 508 Accessibility Conformance Checklist or an Accessibility Conformance Report based on the Voluntary Product Accessibility Template. Additionally, if the contract involves indefinite delivery types, the specifications for ICT accessibility must be clearly stated in task orders. Contractors must also communicate any perceived exceptions or exemptions related to Section 508 compliance. This clause emphasizes the government's commitment to ensuring accessibility standards are strictly observed in ICT contracting processes, reflecting broader efforts to support inclusivity in government engagements and services.
Mar 24, 2025, 6:06 PM UTC
The document outlines the invoice and payment provisions for contractors working with the federal government, specifically under the NIH. It emphasizes compliance with specific invoice requirements, including the necessary components such as vendor details, invoice numbers, contract references, and payment identification. Contractors must submit invoices through the Department of Treasury’s Invoice Processing Platform (IPP), ensuring that they meet all outlined criteria to avoid payment delays. Payment terms specify that invoices must be settled within 30 days of receipt or after government acceptance of delivered services or supplies. Additionally, there are accelerated payment provisions for small business subcontractors, mandating prompt payments post-receipt of proper invoices. Interest penalties may apply for late payments, following the Prompt Payment Act. Overall, the document serves to guide contractors in the preparation and submission of invoices while ensuring timely payments under federal contracts.
Mar 24, 2025, 6:06 PM UTC
The HHS Industry User Guide for Subcontracting Plan Reviews provides vendors with guidelines for submitting subcontracting plans necessary for HHS contracts. Vendors must log into the SBCX platform to access the Subcontracting Plan Review section. This section includes project information, subcontracting goals, supporting documents, and a notes feature for communication with HHS officials. The guide outlines steps for completing subcontracting plans: identifying plan types, reporting eligible subcontracting dollars, detailing subcontracting goal data, designating a Subcontracting Program Administrator, and including plans for involving small businesses. Vendors must certify their plans before the submission deadline, with the option to download a PDF version post-submission. The evaluation process includes review by three key approvers: the Contracting Officer, Small Business Specialist, and SBA Procurement Center Representative. This guide aids in ensuring compliance and promotes the inclusion of small businesses in federal contracting efforts, enhancing accountability in the RFP process.
Mar 24, 2025, 6:06 PM UTC
The National Institute on Aging (NIA) seeks a contractor to generate up to 230 isogenic iPSC cell lines for research on Alzheimer's disease and related dementias (ADRD) as part of the iPSC Neurodegenerative Disease Initiative (iNDI). These genetically engineered cell lines will include fluorescent ALFAtags for visualization and must adhere to quality control (QC) standards already established by the iNDI project. The contractor is tasked with developing 70 WT-ALFAtag and 160 SNV-ALFAtag cell lines, utilizing the Amaxa4D nucleofection system for editing. Deliverables include QC reports, genotyping data, and validated lead clones stored for distribution. A comprehensive report at the end of the project will document engineering methods and results from various analyses including Sanger sequencing and imaging validation. The project runs from September 30, 2025, to September 29, 2026, with the government providing a list of mutations required for engineering. The initiative aims to create a publicly accessible cell repository, enhancing understanding of mutations' effects on disease-related cells and advancing scientific research in neurodegenerative diseases.
Lifecycle
Title
Type
Similar Opportunities
Q--T-Cell Manufacturing for Protocol 18-H-0012
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors for T-Cell Manufacturing related to Protocol 18-H-0012. This procurement aims to fulfill the requirements for biological product manufacturing, which is crucial for advancing medical research and therapeutic applications. The contract falls under the NAICS code 325414, focusing on biological product manufacturing, and is categorized under medical laboratory testing services. Interested parties can reach out to Noelle Decenzo at noelle.decenzo@nih.gov or call +1 301 402 5571 for further details regarding this presolicitation opportunity.
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.
PATIENT SAFETY MONITORING IN INTERNATIONAL LABORATORIES (pSMILE)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH) and specifically the National Institute of Allergy and Infectious Diseases (NIAID), is seeking qualified small businesses for a contract related to Patient Safety Monitoring in International Laboratories (pSMILE). The objective of this procurement is to enhance the capabilities of non-U.S. laboratories in conducting clinical trials in accordance with good clinical laboratory practices (GCLP), ensuring reliable test results and compliance with regulatory standards. The anticipated contract will support approximately 150 labs across 18 countries and includes key activities such as auditing lab compliance, supporting method validations, training laboratory staff, and managing a secure electronic repository for lab documentation. Interested organizations must submit detailed capability statements to demonstrate their expertise and relevant experience, with the contract expected to last for one base year and include six one-year options, potentially extending to a total of seven years. For further inquiries, contact Patrick Finn at patrick.finn@nih.gov or Robert Corno at cornorj@niaid.nih.gov.
Q--To procure Interventional Cardiology Services
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure Interventional Cardiology Services. This procurement aims to secure specialized medical services that are critical for the treatment and management of cardiovascular conditions. The services will play a vital role in advancing patient care and research within the NIH's National Heart, Lung, and Blood Institute (NHLBI). Interested vendors can reach out to Tiffany M. Kennedy at tiffany.kennedy@nih.gov for further inquiries regarding this presolicitation opportunity.
In Vitro Assessments of Antimicrobial Activity
Buyer not available
The National Institutes of Health (NIH), through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking proposals for the In Vitro Assessments of Antimicrobial Activity (IVAAA) program, aimed at evaluating the therapeutic potential of compounds against various infectious agents. This solicitation encompasses multiple task areas, including assessments of bacteria, fungi, viruses, parasites, and the development of culturing techniques for difficult-to-grow pathogens, thereby enhancing the understanding and treatment of infectious diseases. The initiative is critical for advancing public health and ensuring preparedness against emerging infectious threats, with a contract value ranging from $2,500 to $15 million, and proposals due by April 24, 2025, at 3:00 PM EDT. Interested parties can direct inquiries to Alexander Beraud at alexander.beraud@nih.gov or Brian Madgey at brian.madgey@nih.gov.
Final Innovative Solutions Opening (ISO) ARPA-H Rare Disease AI/ML for Precision Integrated Diagnostics (RAPID)
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health's Advanced Research Projects Agency for Health (ARPA-H), is soliciting proposals for the Final Innovative Solutions Opening (ISO) under the Rare Disease AI/ML for Precision Integrated Diagnostics (RAPID) program. This initiative aims to significantly enhance the speed and accuracy of diagnosing rare diseases, which affect approximately 30 million Americans, by developing innovative diagnostic support tools and a sustainable data platform optimized for AI-driven solutions. The RAPID program encompasses two phases over 4.5 years, focusing on extensive data curation, multimodal patient data collections, and the establishment of an AI-driven data commons, with the goal of reducing diagnostic delays and improving health management for underserved populations. Proposals are due by April 24, 2025, and interested parties can direct inquiries to the RAPID Email Box at RAPID@ARPA-H.gov.
Maintenance and Repair Service for an Automated Liquid Handling System
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for a Hamilton Microlab VANTAGE 1.3 Automated Liquid Handling System, which is crucial for ongoing research on neurodegenerative diseases at the National Institute on Aging. The contract will cover preventative maintenance, repairs, and software updates to ensure the system's optimal functionality, with a performance period from June 17, 2025, to June 16, 2029, including options for extensions. This system plays a vital role in supporting research efforts related to Alzheimer's disease and related dementias, underscoring the importance of reliable maintenance services. Interested vendors must submit their quotations by May 1, 2025, at 9:00 AM EDT, and can direct inquiries to Rashiid Cummins at rashiid.cummins@nih.gov.
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.
The National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) Seeks Industry Partners for Clinical Research Collaborations on Therapeutics, Diagnostics or Devices for Childhood Cholestatic Liver Diseases
Buyer not available
The National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) is seeking industry partners for clinical research collaborations focused on therapeutics, diagnostics, or devices for childhood cholestatic liver diseases. The initiative aims to engage collaborators in providing novel therapeutic agents and diagnostic tools for use in NIH-sponsored multi-center clinical trials targeting conditions such as biliary atresia and alpha-one antitrypsin deficiency, among others. This collaboration is critical for advancing research and improving clinical outcomes for children suffering from these rare liver diseases. Interested organizations must submit a Capability Statement detailing their proposed solutions and capabilities, with no funding provided by NIDDK for this opportunity. For inquiries, contact Edward Doo at dooe@niddk.nih.gov or Katrina Loh at katrina.loh@nih.gov.
FINIA 2.0 Fill Finish Equipment – Terumo BCT, Inc
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 Terumo BCT, Inc. for the procurement of one FINIA 2.0 Fill Finish Equipment unit. This equipment is critical for the preparation and cryopreservation of cellular therapy doses, addressing risks associated with manual processes that could lead to inadequate dosing and severe side effects. The FINIA 2.0 device is uniquely designed to handle volumes from 2 mL to 100 mL while complying with current Good Manufacturing Practices (cGMP), making it essential for the NIH's new Center for Cellular Engineering facilities in Bethesda, Maryland. Interested parties may submit capability statements to Damien Goines at damien.goines@nih.gov by May 5, 2025, at 9:00 AM (EST).