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
  1. 1
    Posted Sep 13, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 13, 2024, 12:00 AM UTC
  3. 3
    Due Sep 23, 2024, 4:00 PM UTC
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
Sep 15, 2024, 9:05 AM UTC
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.
Sep 15, 2024, 9:05 AM UTC
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
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.
SPT Labtech Service Contract
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source service contract to SPT Labtech Limited for the maintenance of liquid handling systems used in immunobiology research. The contract will support the B Cell Analytic group of the Vaccine Immunology Program, which relies on SPT Labtech's Firefly and Dragonfly systems to analyze immune responses in clinical evaluations related to HIV vaccines. This procurement is critical for ensuring data integrity and continuity in research, as SPT Labtech is the only vendor capable of providing the necessary services for these specialized instruments. Interested vendors may submit their capabilities statements to Seth Schaffer at seth.schaffer@nih.gov within 15 days of this notice, with the contract expected to be awarded within 20 days. The period of performance spans from May 27, 2025, to May 26, 2028, with the place of performance located in Gaithersburg, Maryland.
MAINTENANCE AGREEMENT FOR MULTIPLE AUTOCLAVES AND OTHER EQUIPMENT
Buyer not available
The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking proposals for a maintenance agreement covering multiple autoclaves and related equipment at its facility in Gaithersburg, Maryland. The contract, identified as RFQ-NIAID-25-2259706, requires the selected vendor to provide four preventive maintenance inspections annually, quarterly filter replacements for the autoclaves, and emergency service visits within 12 hours of a request. This maintenance is crucial for ensuring the operational readiness and safety of critical laboratory equipment used in medical research. Interested small businesses must submit their quotes by May 3, 2025, at 2:00 p.m. EST, and can direct inquiries to Kelly Lowe at kelly.lowe@nih.gov.
MSD TOTAL SERVICE PACKAGE SILVER FOR CCD CAMERA
Buyer not available
The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract with Meso Scale Diagnostics for a Total Service Package Silver for a CCD Camera. This procurement aims to support the Vaccine Research Center's efforts in developing monoclonal antibodies and vaccines for infectious diseases, including COVID-19, by utilizing a highly sensitive electrochemiluminescent (ECL) assay system for antibody detection. The urgency of this requirement is underscored by the ongoing threat of COVID-19 variants, making the timely provision of these services critical. Interested vendors must submit their capabilities statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by May 1, 2025, at 12:00 PM EST, with further details available through the provided contact information: Maliaka Pinkney at maliaka.pinkney@nih.gov or Jesse Weidow at weidowjd@niaid.nih.gov.
Bio Threat Detection Instrument
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 Safeware, Inc. for the procurement of a BioMeMe Bio Threat Detection Instrument. This new instrument is required to enhance the NIH Division of Fire and Rescue Services' capabilities by allowing simultaneous screening for 14 biological agents, replacing the outdated RAZOR Biothreat detection system that will soon be unsupported. The acquisition is critical for maintaining the NIH's FEMA Type I Hazardous Materials Unit designation and ensuring the safety of employees and visitors during biological research activities. Interested parties that believe they can fulfill the requirements must submit a capability statement by 9:00 AM (Eastern Time) on May 2, 2025, to the primary contact, Van V. Holley, at holleyv@od.nih.gov.
12-Month maintenance agreement for Qtrap Mass Spectrometers
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), is seeking to establish a 12-month maintenance agreement for Qtrap Mass Spectrometers with AB Sciex LLC. The procurement requires telephone technical support to be available within four hours and prioritized repair services within 48 hours, along with annual periodic maintenance for various laboratory equipment models. This maintenance agreement is critical for ensuring the operational efficiency and reliability of essential scientific instruments used in research. Interested parties must submit capability statements by April 29, 2025, to be considered, and all submissions should be made via the NIAID electronic Simplified Acquisition Submission System (eSASS) at HTTPS://ESASS.NIH.GOV. For further inquiries, potential vendors can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.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.
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).
TERUMO BCT SPECTRA OPTIA APHERESIS SYSTEM
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 for the Terumo BCT Spectra Optia Apheresis System. This procurement aims to acquire critical equipment for blood cell collection, therapeutic apheresis, and cell processing, which is essential for maintaining high standards of patient care at the NIH Clinical Center's Department of Transfusion Medicine. The Spectra Optia Apheresis System is recognized for its advanced capabilities, including continuous-flow centrifugation and optical detection technology, which enhance operational efficiency and patient care. Interested parties capable of providing similar products must submit a capability statement by May 5, 2025, at 12:00 PM EST to Emeka Onyejekwe at emeka.onyejekwe@nih.gov for consideration.
Automated Liquid Handling System for Sample Preparation
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information from vendors regarding an Automated Liquid Handling System for Sample Preparation. This system is required to support the Surface and Trace Chemical Analysis Group's research efforts in forensic science, particularly for drug analysis and public health applications, by performing various sample preparation tasks such as pipetting, calibration curve preparation, and liquid/liquid extractions. Interested parties are encouraged to submit their capabilities and relevant experience by emailing Don Graham at deg@NIST.GOV, with responses due by the specified deadline, as NIST anticipates issuing a Request for Quotation in the third quarter of FY2025 and awarding a contract by the fourth quarter of FY2025.