Notice of Intent to Sole Source Axisoscope Microscope
ID: 86819Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

NAICS

Other Professional Equipment and Supplies Merchant Wholesalers (423490)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Sep 11, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 11, 2024, 12:00 AM UTC
  3. 3
    Due Sep 18, 2024, 3:00 PM UTC
Description

The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source contract for the procurement of a Zeiss Axioscope 5 microscope system, which includes advanced fluorescence and darkfield imaging capabilities. This specialized equipment is critical for ongoing research related to HIV and sexually transmitted infections, as it offers superior imaging capabilities essential for high-quality live cell imaging and quantitative analysis, surpassing alternative products. Interested parties may submit capability statements or proposals for consideration, with all responses due by the specified deadline; inquiries can be directed to Jillian Martinez at uhs0@cdc.gov or Stephanie Reid at qsi5@cdc.gov.

Point(s) of Contact
Jillian Martinez
uhs0@cdc.gov
Stephanie Reid
qsi5@cdc.gov
Files
Title
Posted
Sep 11, 2024, 1:53 PM UTC
The document outlines the justification for a non-competitive procurement action for the Zeiss Axioscope 5 system, essential for ongoing HIV and sexually transmitted infections research. It cites regulations from the Federal Acquisition Regulation (FAR) allowing for sole-source contracts due to urgency, exclusive licensing agreements, and the need for brand-name products. The Zeiss system offers superior capabilities, including advanced fluorescence imaging and high-resolution imaging through proprietary components like the ZEISS Colibri 7 light source and Axiocam 705 camera. These features are crucial for high-quality live cell imaging and quantitative analysis, exceeding the capabilities of alternative products considered. The justification emphasizes the unique specification and critical support provided by the Zeiss Axioscope 5 for public health research, underscoring the need for this specific equipment to address health challenges effectively.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
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.
SERVICE AGREEMENT FOR EAGLE 4K CAMERA AND TEM MICROSCOPE
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), intends to negotiate a service agreement for a Transmission Electron Microscope (TEM) and an Eagle 4K HR 200kV Camera with FEI Company. This procurement aims to secure a premium service contract that will ensure the maintenance and operational efficiency of these critical instruments, which collectively hold a value exceeding three million dollars. The service agreement is essential for minimizing downtime and providing access to expert technicians trained specifically for these devices, thereby safeguarding the integrity of ongoing biodefense research initiatives. Interested vendors capable of providing comparable services are invited to submit a capabilities statement via the NIAID electronic Simplified Acquisition Submission System (eSASS) by 12:00 PM EST on May 1, 2025, with further details available through the provided contact information.
Service Contract for Leica Imaging Platforms for the Laboratory of Immune System Biology (LISB)
Buyer not available
The Department of Health and Human Services, through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking a contractor to provide a service contract for the maintenance of Leica Imaging Platforms utilized by the Laboratory of Immune System Biology (LISB). The objective of this procurement is to ensure optimal operational conditions for 14 advanced microscopy instruments, which are critical for research in immunology and infectious diseases, through preventive maintenance, remedial repairs, and prompt onsite responses by factory-trained engineers. The contract will span a base period from May 1, 2025, to March 31, 2026, with four additional option periods extending through March 31, 2030. Interested vendors must submit their quotes by 3:00 PM EST on April 24, 2025, to Kathy Song at kathy.song@nih.gov, and are encouraged to address any questions by April 18, 2025.
Serological Assays for the Detection and Characterization of Influenza Viruses
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for a contract to provide serological assays for the detection and characterization of influenza viruses. The contract will involve performing hemagglutination inhibition (HAI) assays on approximately 6,000 human serum samples annually, with the potential for increased testing capacity during outbreaks, and aims to enhance influenza surveillance and vaccine effectiveness studies. This procurement is critical for bolstering public health response capabilities, ensuring high-throughput testing services, and fostering innovation in serological assay methods. Interested parties should note that the solicitation is currently suspended, and inquiries should be directed to Vic Veguilla at the CDC via email at jgartzke@cdc.gov for further information.
Sources Sought for One (1) High-resolution Optical Microscope
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking sources for the procurement of one high-resolution optical microscope to support advanced scientific analysis and research at the United States Army Research Laboratory in Adelphi, Maryland. The microscope must meet stringent specifications, including a magnification range of 5x to 6,000x, UHD display of at least 27 inches, and capabilities for 2D/3D measurements, among other advanced features. This procurement is crucial for integrating Laser Induced Breakdown Spectroscopy tools for elemental analysis and ensuring compliance with industry standards for cleanliness and metallographic analysis. Interested contractors, particularly small businesses in disadvantaged categories, must submit their capabilities and past performance details by April 23, 2025, with the anticipated contract performance beginning in June 2025. For further inquiries, potential respondents can contact Benjamin Krein or Joseph M. Dellinger via email.
6640--OKC Clinical Pathology Microscope Purchase
Buyer not available
The Department of Veterans Affairs, specifically the Network Contracting Office 19, is seeking information from vendors regarding the procurement of one Olympus BX46 microscope or an equivalent model for the Oklahoma City VA Medical Center. The procurement requires a microscope that meets specific technical characteristics, including a 6-position nosepiece, user-changeable objectives, precise focusing adjustments, and a high-intensity LED lamp, which are essential for various laboratory applications in healthcare settings. Interested vendors are encouraged to submit their company information, business size status, and evidence of capability to meet the requirements by April 30, 2025, to Contract Specialist Devin Reichert at Devin.Reichert@va.gov. This notice serves as a sources sought inquiry and is not a request for proposals.
6550--Lab Testing Services - (HIV/HCV/HPV/On)
Buyer not available
The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
Advanced Instruments, LLC Osmo Pro Max.
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 to Advanced Instruments, LLC for the procurement of an Osmo Pro Max automated osmometer and associated services. This acquisition is essential for the Department of Laboratory Medicine, which requires the osmometer for conducting osmolality testing on various body fluids, a critical diagnostic tool for evaluating patients' water balance and monitoring treatment efficacy. The procurement process is being conducted under FAR Part 13, allowing for a sole source acquisition due to the specific compatibility and quality assurance requirements already established with Advanced Instruments. Interested parties capable of providing similar products may submit a capability statement by April 24, 2025, to Emeka Onyejekwe at emeka.onyejekwe@nih.gov.
monitoring and alarm services for the sample storage equipment
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), intends to negotiate a sole source contract with Rees Scientific Corporation for ongoing monitoring and alarm services for sample storage equipment at the NIAID Integrated Research Facility in Frederick, Maryland. The procurement aims to ensure continuous monitoring of critical laboratory freezers, refrigerators, and incubation chambers that maintain the integrity of select agent samples and other research materials, which are vital for studying emerging infectious diseases. This contract will cover essential services including parts replacements, software and hardware support, and calibration services for the proprietary Rees monitoring system, which is crucial for maintaining operational safety and compliance in biosafety level laboratories. Interested vendors may submit capability statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by April 22, 2025, at 5:00 PM ET, with all submissions requiring prior registration in the eSASS system.
COVID-19, Influenza A/B, Seasonal Influenza A subtyping, Influenza A/H5 and Influenza A/H7 Extraction Reagents
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract to Roche Diagnostics Corporation for the procurement of essential supplies required for COVID-19 and various influenza detection assays. This contract encompasses the purchase of reagents for 1,000 extraction reactions every two months over a total of six shipments, amounting to 6,000 reactions, with a total funding of $52,920 allocated from Navy Fiscal Year 2025 funds. The unique qualifications of Roche Diagnostics necessitate this sole-source acquisition, as their products are the only ones meeting the required diagnostic grade quality, thereby excluding competitive bidding under applicable regulations. Interested parties may contact Shamai Carter at shamai.m.carter.civ@health.mil or Deborah Sharpe at deborah.m.sharpe2.civ@health.mil for further information.