Automated Liquid Handling Systems– Brand Name or Equal
ID: RFQ-NIAID-24-2224319Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Needs (SON) outlines the requirements for procuring two automated liquid handling systems for early-phase purification development. These systems must integrate with biolayer interferometry instruments and Tecan Spark spectrophotometers, supporting a library of Tecan scripts and Atoll RoboColumn microchromatography columns. Key specifications include a minimum of eight-channel simultaneous pipetting (1 mL disposable and 0.5 mL fixed), a programmable gripper for microplate manipulation, and compatibility with a centrifuge capable of over 6000 rcf. Additionally, the systems should allow future expansion for thermostatting and thermocycler capabilities. Facilities must accommodate specific weight and spacing requirements, with outlined dimensions for the instruments’ overall depth and length. This procurement is aligned with federal and state RFPs for enhancing laboratory automation and efficiency, showcasing a commitment to advancing scientific research capabilities.
    The document outlines a comprehensive Bill of Materials (BOM) for an automated liquid handling system, intended for use in purification development and microchromatography applications. Key components listed include various types of liquid handlers, pipetting arms, robotic gripper arms, and supporting accessories, along with their respective part numbers and quantities. The BOM emphasizes the inclusion of essential software, installation, and training requirements to ensure seamless operation. The document includes details on specific configurations for Hettich integration and multiple system components such as containers for waste and system liquids, as well as requisite electrical and networking hardware like a desktop workstation and routers. The purpose of this file appears to support government procurements, particularly in research or laboratory environments, by offering a structured approach to acquiring necessary equipment. This aligns with federal and state requests for proposals (RFPs) and grants aimed at enhancing scientific capabilities through advanced technologies.
    The document outlines the Federal Acquisition Regulation (FAR) clauses and Health and Human Services Acquisition Regulation (HHSAR) stipulations applicable to contracts involving commercial products and services. It details mandatory compliance conditions that contractors must follow, including clauses on ethics, subcontractor sales restrictions, and employee rights. Specific prohibitions are highlighted, such as engaging with entities like Kaspersky Lab and ensuring the use of products compliant with Section 508 of the Rehabilitation Act, aimed at accessibility for persons with disabilities. Key clauses include provisions for accelerated payments to small business subcontractors, whistleblower protections, and obligations regarding the reporting of executive compensation. The document emphasizes the contractor's responsibilities in maintaining compliance with laws governing labor standards and environmental regulations. Additionally, it defines the method for electronic submission of payment requests and includes stipulations for contractor responsibilities concerning communication technology accessibility. Overall, it serves to ensure adherence to legal, ethical, and regulatory standards in government contracting, supporting small businesses and promoting fair labor practices within the federal procurement framework.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    Notice of Intent to Sole Source 2 sets of QX200 ddPCR Systems
    Health And Human Services, Department Of
    The National Institutes of Health (NIH), specifically the Clinical Center (CC), intends to negotiate a sole-source contract for the renewal of maintenance services for two QX200 AutoDG ddPCR Systems from Bio-Rad Laboratories. This five-year service contract, valued at $151,494, is essential for the ongoing maintenance and support of these systems, which are critical for droplet digital PCR (ddPCR) vector copy number detection and gene modification efficiency testing on clinical cellular products. The contract ensures compliance with FDA regulations and is vital for patient care testing, as failure to secure these services could adversely affect patient safety. Interested parties may submit capability statements by December 18, 2025, to valerie.gregorio@nih.gov, referencing NOI-CC-26-000112.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    All Sites Primary Barrier Equipment and Decontamination Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract to provide All Sites Primary Barrier Equipment and Decontamination Services across various NIH locations, including the main campus in Bethesda, MD, and the NIAID Integrated Research Facility in Fort Detrick, MD. The contract aims to support the NIH's comprehensive safety program by ensuring the maintenance and decontamination of equipment used in high-level biosafety laboratories, which is crucial for maintaining a safe environment for research activities. Interested small businesses must submit their proposals by the due date of December 26, 2025, and can direct inquiries to primary contact Evguenia Mathur at jane.mathur@nih.gov or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov for further clarification.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Preventive Maintenance of Aquaneering Equipment
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a contract for the preventive maintenance of Aquaneering equipment used in their aquatic life support systems. The procurement involves essential maintenance services for various components, including Propeller Bead Filters, pumps, and sterilizers, to ensure the functionality and health of aquatic research animals at the NIH facility in Bethesda, Maryland. This maintenance is critical for maintaining clean water and operational efficiency within the facility, with the contract anticipated to be a Firm Fixed Price type. Interested parties must submit their responses, including capability statements and pricing details, to Kimesha Leake at Kimesha.leake@nih.gov by December 18, 2025, at 12:00 PM EST.
    MasterControl Software-as-a-Service for Electronic Quality Management System
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to procure MasterControl Software-as-a-Service (SaaS) for its Electronic Quality Management System (eQMS) to support the Clinical Quality Management System (CQMS) at the National Institute of Allergy and Infectious Diseases (NIAID). This procurement is intended to ensure compliance with federal and international regulations by managing controlled documents and quality processes related to clinical trials sponsored by NIAID. The MasterControl software has been utilized since 2019 and is critical for managing documentation, training, and regulatory audits, with a contract period of performance from January 1, 2026, to December 31, 2026. Interested vendors may submit their capabilities statements to Linda Smith at linda.smith2@nih.gov within 10 days of this notice, as the government intends to award a sole source contract based on the unique capabilities of MasterControl Solutions.
    Notice of Intent to Sole Source – Werfen USA, LLC
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a sole source contract to Werfen USA, LLC for the procurement of kits and reagents essential for patient care testing, specifically for use with the ACL TOP 350 and 750 analyzers. This procurement, valued at approximately $570,000 over a base year and two option years (January 1, 2026, to December 31, 2028), is critical as the reagents are uniquely validated for the existing instruments, ensuring continuity in patient care and research protocols. The acquisition will be conducted under the Federal Acquisition Regulation (FAR) Part 13 – Simplified Acquisition Procedures, allowing for increased procedural flexibility and efficiency. Interested parties may submit comments regarding this notice to Ryssa Nix at ryssa.nix@nih.gov by the close date of December 23, 2025, at 12 PM EST.
    Renewal of Leica Microsystems Maintenace for the Division of Intramural Research (DIR)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to renew maintenance services for Leica Microsystems equipment utilized by the Division of Intramural Research (DIR). This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory instruments and equipment, which are essential for ongoing research activities. The maintenance services will be performed in Rockville, Maryland, and interested vendors can reach out to Hershea Vance at hershea.vance@nih.gov or 301-761-6404, or Tamara McDermott at tamara.mcdermott@nih.gov or 406-375-7487 for further details. The opportunity is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.
    Synthesis of Self-Amplifying Nucleic Acid Constructs
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is seeking quotations for the synthesis of five lipid nanoparticle-encapsulated self-amplifying nucleic acid constructs based on the Venezuelan equine encephalitis virus (VEEV). The objective of this procurement is to design, synthesize, produce, and encapsulate these gene constructs, which are critical for research at the US National Poultry Research Center in Athens, GA. This total small business set-aside contract, classified under NAICS code 541380, has a small business size standard of $19.0 million and will be awarded based on the lowest price technically acceptable criteria, with deliverables required within 30 days post-award. Interested parties should direct inquiries to Jessica Pacheco at jessica.pacheco@usda.gov, with quotes due electronically by January 5, 2026, and held firm for 90 days.