SOLICITATION NOTICE
65 -- Reagents for Spatial Transcriptomic of Human Norovirus
- Notice Date
- 9/12/2025 7:16:21 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325414
— Biological Product (except Diagnostic) Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-25-2269561
- Response Due
- 9/19/2025 12:00:00 PM
- Archive Date
- 10/04/2025
- Point of Contact
- Addison Miller, Skye Duffner
- E-Mail Address
-
addison.miller@nih.gov, skye.duffner@nih.gov
(addison.miller@nih.gov, skye.duffner@nih.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This notice is a Combined Synopsis/Solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-25-2269561 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 August 7, 2025. The North American Industry Classification System (NAICS) code for this procurement is 325414, Biological Product (except Diagnostic) Manufacturing, with a size standard of 1,250 employees. The requirement is being competed with a brand name restriction, and without a small business set-aside. By submission of a quote, the Offeror acknowledges the requirement that a prospective awardee shall be registered and viewable in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov). Description of Need/Bill of Materials: The Vaccine Research Center (VRC) mission is to discover and develop novel vaccines and biologics targeting infectious diseases of global public health importance. VRC combines a scientific and technological strategy innovation to achieve the design, development, manufacturer and evaluation of vaccines and therapeutics. The VRC has a requirement for the following Brand Name Supplies: Product Code, Product, Quantity 1000644, Xenium Standalone Custom 301 to 480 Gene Panel (16 rxns) - Design ID# 4F6C74, Qty 1 1000665, Xenium Advanced Panel Upgrade (301 to 480 genes) - Design ID# 4F6C74, Qty 1 1000644, Xenium Standalone Custom 301 to 480 Gene Panel (16 rxns) - Design ID# R33UDZ, Qty 1 1000665, Xenium Advanced Panel Upgrade (301 to 480 genes) - Design ID# R33UDZ, Qty 1 1000662, Xenium Cell Segmentation Add-on Kit (2 rxns), Qty 8 1000487, Xenium Decoding Consumables (1 run, 2 slides), Qty 8 1000461, Xenium Decoding Reagents (1 run, 2 slides), Qty 8 1000460, Xenium Slides & Sample Prep Reagents (2 slides, 2 rxns), Qty 8 Shipping and Handling of Products to NIH Bethesda Delivery: As soon as possible after receipt and acceptance of award. Place of Performance: NIH, 40 Convent Drive, Building 40, Bethesda, MD 20892, United States. FOB: Destination The government intends to award a firm-fixed-price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based the lowest price technically acceptable. By submitting a quotation, you are accepting that all government terms and conditions set forth herein shall prevail over the award. The technical evaluation will be based on the following: technical capability to meet the requirements listed in the Bill of Materials, and then price. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: The following FAR provisions apply to this acquisition: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-1 Instructions to Offerors Commercial Items (Sep 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (May 2024) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) The following FAR contract clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Nov 2023) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2023) *The applicable subparagraphs of FAR 52.212-5 are included in the attachment to this posting. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/ By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers and questions may be emailed to Mr. Addison Miller at addison.miller@nih.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/340ec8185a4d4386ac2c79f0ceecfa6b/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07589374-F 20250914/250912230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |