CDI Laboratories HuProt v4.0 Human Proteome Microarrays (100) with Biospecimen Screening Service and Analysis
ID: 75N95025Q00167Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

MEDICAL- LABORATORY TESTING (Q301)

Set Aside

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

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the procurement of 100 HuProt v4.0 Human Proteome Microarrays along with biospecimen screening services and analysis. This initiative aims to support the National Institute of Mental Health's efforts in autoantibody discovery and validation, utilizing advanced technologies to minimize the use of irreplaceable human biospecimens. The selected contractor will be responsible for screening 100 biospecimens for IgG and IgA antibodies and providing comprehensive analytical results, with the performance period set from March 17, 2025, to June 17, 2025. Interested parties should contact Marlene Milgram at marlene.milgram@nih.gov or call 13015940864 for further details regarding this total small business set-aside opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" provision, which addresses compliance with Section 889 of the John S. McCain National Defense Authorization Act. It instructs Offerors to clarify whether they provide or use covered telecommunications equipment or services in federal contracts. Key components include definitions of terms, prohibitions against contracting with entities that engage with such equipment or services, and required disclosures if deemed applicable. Offerors must assess their associations with excluded parties through the System for Award Management (SAM) database. This provision is critical for safeguarding national security by preventing reliance on potentially harmful technology in federal contracts. The structure is organized into sections that define terms, outline prohibitory measures, and specify procedural obligations for Offerors, concluding with a requirement for certification by an authorized individual from the bidding organization.
    The document addresses the "Covered Telecommunications Equipment or Services-Representation," part of the federal guidelines relevant to procurement processes. It defines key terms and mandates that offerors (potential contractors) must review the System for Award Management (SAM) list to check for excluded parties related to telecommunications equipment or services. Offerors must represent whether they provide or use covered telecommunications equipment or services in any government contracts. They are also required to conduct a reasonable inquiry to make this representation accurately. This provision ensures that government contracts do not involve risky telecommunications technology, enhancing federal procurement integrity and security. The document concludes with a certification section requiring the authorized individual's information and signature, solidifying accountability in the representation process.
    The document outlines the Addendum to FAR 52.212-4, which specifies the order of precedence for resolving inconsistencies in government contracts, focusing on commercial supplier agreements. Key points include definitions and stipulations governing these agreements, particularly in contexts involving the U.S. Government as an end user. The addendum emphasizes that federal law governs the agreements, deleting any clauses that impose state laws or different dispute resolution processes. Suppliers are prohibited from unilaterally terminating agreements or imposing automatic renewals without government consent. Additionally, provisions related to audits, indemnification, taxes, and confidentiality are clarified, with special focus on the requirement for government participation in disputes and the audit responsibilities of suppliers. This document is essential for ensuring clarity and compliance in government acquisitions, particularly in the procurement of commercial services and supplies. It establishes a framework protecting the interests of the government while allowing suppliers certain operational flexibilities under strict conditions.
    The document outlines the Federal Acquisition Regulation (FAR) clause 52.212-5, which mandates compliance with specific contract terms and conditions necessary to enforce various statutes and executive orders in the context of commercial products and services contracting. It lists essential FAR clauses that contracting officers may incorporate into contracts to ensure adherence to legal requirements, such as contractor ethics, whistleblower protections, and subcontractor limitations. The document emphasizes obligations related to small businesses, the prohibition of certain foreign procurements, safety standards, and labor regulations, including minimum wage and workers' rights. It delineates the responsibilities concerning the flow-down of applicable clauses to subcontracts, ensuring transparent and ethical contracting practices. The summary highlights the regulatory framework's structure aimed at safeguarding governmental interests and promoting fair labor practices while establishing a comprehensive approach to compliance and accountability within federal contracts. The emphasis is on maintaining ethical business conduct and protecting the rights of employees and subcontractors within federal contracting ecosystems.
    The document outlines the Information and Communication Technology (ICT) Accessibility Notice and Accessibility clause relevant to federal solicitations, specifically regarding compliance with Section 508 standards. Offerors must adhere to the Department of Health and Human Services (HHS) ICT accessibility requirements, which include providing HHS Section 508 Accessibility Conformance Checklists or Accessibility Conformance Reports (ACRs) to demonstrate compliance. This is crucial for the government to assess whether proposed ICT solutions meet accessibility benchmarks. Key aspects involve the contractor's obligation for remediation if their ICT does not conform to established standards post-award, necessitating self-evaluation of products and services. Additionally, contractors are required to disclose any inability to meet these standards and provide accessible electronic content using specified tools and checklists. The document is structured to include a notice and a clause, detailing the responsibilities and processes necessary for ensuring ICT accessibility in government contracts. Overall, it emphasizes the government's commitment to procurement standards that promote accessibility and equity in technology provision.
    This document outlines the invoice and payment provisions for contractors engaged with the federal government, specifically transitioning to the Invoice Processing Platform (IPP). It highlights the requirements for submitting a proper invoice, which must include detailed elements such as the vendor's information, unique identifiers, contract numbers, description of services, and the correct billing of freight charges. The due date for payments is set at 30 days post-receipt of a proper invoice or government acceptance of deliverables. It stipulates automatic interest penalties for untimely payments if conditions are met and covers the requirement for accelerated payments to small business subcontractors. Additionally, the document emphasizes electronic submission of payment requests via IPP, with provisions for alternate procedures if authorized. Overall, this guidance aims to streamline financial transactions between contractors and the government, ensuring compliance and efficiency in payment processing.
    The National Institute of Mental Health (NIMH) Translational Immunopsychiatry Unit (TIU) aims to procure human protein arrays for unbiased screening of autoantibodies targeting human proteins. This initiative supports ongoing autoantibody discovery and validation efforts while minimizing the use of irreplaceable human biospecimens. Specifically, the unit seeks the HuProt™ v4.0 Human Proteome Microarray, which contains over 21,000 proteins synthesized in a eukaryotic system derived from approximately 16,794 unique human genes, ensuring high reproducibility with an R^2 exceeding 95%. The supplier, CDI Laboratories Inc., will perform several tasks, including screening 100 biospecimens for IgG and IgA antibodies, utilizing specified scanning settings, and returning physical stained slides, remaining biospecimens, data files, and analyzed results to the TIU. The expected performance period for this procurement is from March 17, 2025, to June 17, 2025, emphasizing the NIMH's commitment to advancing research in immunopsychiatry through leveraging cutting-edge technologies and comprehensive analytical capabilities.
    Similar Opportunities
    Anti-human IgG Fc Capture Biosensors
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to supply Anti-human IgG Fc Capture Biosensors for research at the Vaccine Research Center (VRC). This Sources Sought Notice, identified as SS-NIAID-25-2255392, aims to assess the capabilities of potential suppliers for biosensors that are compatible with the Octet HTX system, which are crucial for measuring protein interactions in vaccine development efforts against pathogens such as HIV-1 and SARS-CoV-2. Vendors are invited to submit a capability statement by March 12, 2025, detailing their qualifications, while adhering to Small Business Administration size standards and indicating interest in socio-economic business categories. Interested parties should direct their responses through the NIAID's electronic Simplified Acquisition Submission System (eSASS), noting that this notice does not obligate the government to award contracts and that all submissions will be reviewed at the government's discretion. For further inquiries, vendors may contact Leah Hinson at leah.hinson@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.
    Fieldline 64 Sensor
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to enter into a sole-source contract with Fieldline Industries, Inc. for the procurement of advanced optically-pumped magnetometers (OPMs) to develop a non-invasive magnetocardiography (MCoG) sensor array. This contract, identified by solicitation number NIMH250014531, aims to enhance the capability to monitor human brain function with high temporal and spatial resolution, addressing current limitations in neuroscience through the delivery of 64 Fieldline V3 sensors and associated electronics, along with research and design services for a compound gradiometer. The procurement is justified as a small business set-aside, as Fieldline is the sole supplier capable of providing these specialized sensors, having successfully collaborated with NIH for over five years. Interested parties should submit their responses electronically to Joseph Kennedy at joseph.kennedy@nih.gov by the specified deadline, with the contract period commencing on April 1, 2025.
    Repository Samples Freezer Storage Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for Repository Samples Freezer Storage Services. This procurement aims to secure reliable storage solutions for biological samples, which are critical for ongoing scientific research and analysis. The services will be performed in Bethesda, Maryland, and are categorized under the NAICS code 541380, which pertains to Testing Laboratories and Services. Interested vendors can reach out to Shasheshe Goolsby at shasheshe.goolsby@nih.gov or by phone at 301-827-4879 for further details regarding this presolicitation opportunity.
    Opera Phenix Plus High-Content Screening System (or equal)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for the acquisition of an Opera Phenix Plus High-Content Screening System or an equivalent model to support the Induced Pluripotent Stem Cell Neurodegenerative Diseases Initiative (iNDI) within the Center for Alzheimer’s Disease and Related Dementias (CARD). This advanced imaging system is essential for facilitating research aimed at understanding and developing treatments for Alzheimer's and related neurodegenerative diseases by analyzing cellular responses to genetic variations. The procurement emphasizes the need for features such as automated multi-well plate screening, high-speed image capture, integrated robotic handling, and advanced software capabilities, including machine learning for cell separation and 3D analysis. Interested vendors should contact Iris Merscher at iris.merscher@nih.gov or 301-827-2547, or Karen Mahon at karen.mahon@nih.gov or 301-435-7479 for further details, with a delivery timeline of 12 months post-order.
    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.
    SERVICE PLAN FOR MOLECULAR DEVICES EQUIPMENT (SPECTRAMAX-L, 2 EA AND STAKMAX , 2 EA)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors to provide a service plan for two SpectraMax-L devices and two StakMax devices, essential for laboratory operations. The procurement aims to ensure the maintenance and repair of these critical molecular devices, which play a vital role in various biomedical research applications. Interested contractors must adhere to the Federal Acquisition Regulation (FAR) clauses outlined in the associated documentation, which emphasize ethical conduct, labor standards, and compliance with statutory requirements. For further inquiries, interested parties can contact Dana Monroe at dana.monroe@nih.gov or by phone at 406-375-9814.
    Service and Maintenance for a DNA qualification instrument (Femto Pulse System)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide service and maintenance for the Agilent Femto Pulse System, a critical instrument used for DNA qualification within its Center for Alzheimer’s and Related Dementias (CARD). The procurement includes a base year and two optional years under a firm fixed price agreement, requiring certified Agilent technicians to perform preventative maintenance, software upgrades, and troubleshooting, with rapid response times mandated for service requests. This maintenance is essential for ensuring the operational capabilities of vital research equipment, which supports ongoing studies in Alzheimer's and related dementias. Interested parties should contact Rashiid Cummins at rashiid.cummins@nih.gov for further details regarding the solicitation process.
    MAINTENANCE AGREEMNT FOR ROCHE DISCOVERY ULTRA INSTRUMENTS
    Buyer not available
    The Department of Health and Human Services is seeking a contractor to provide maintenance services for Roche Discovery Ultra instruments. The procurement aims to ensure the proper functioning and reliability of these critical laboratory instruments, which are essential for various health-related research and diagnostics. The maintenance agreement will cover repair and upkeep services, adhering to industry standards for electronic and precision equipment. Interested vendors can reach out to Mildred Moss at mildred.moss@nih.gov or call 240-236-9272 for further details regarding the opportunity.
    Renewal Maintenance Service Agreement for Becton Dickinson (BD) Flow Cytometers
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide a Renewal Maintenance Service Agreement for Becton Dickinson (BD) flow cytometers, which are critical for the Laboratory of Immune System Biology's research on immune function and pathogen response. The agreement includes essential services such as two preventive maintenance inspections, unlimited service visits by original equipment manufacturer (OEM) technicians, and 48-hour emergency support, all adhering to Biosafety Level 2 standards. This maintenance is vital for ensuring the operational integrity of high-end flow cytometry systems used in daily experiments, thereby supporting ongoing immunology research. The period of performance for this contract is from April 1, 2024, to March 31, 2025, and interested parties can contact Linda Smith at linda.smith2@nih.gov or Kathy Song at kathy.song@nih.gov for further information.