(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 75P00125Q00071 and the solicitation is issued as a request for quotation (RFQ).
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; and FAR Part 12—Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.
THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The National Institute of Allergy and Infectious Diseases (NIAID), Office of Acquisition (OA), on behalf of the National Institutes of Health, intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to SPT Labtech Ltd, Melbourn Science Park, Melbourn, Hertfordshire for a Chameleon Cryo-EM Sample Preparation Instrument and Accessories.
This acquisition is conducted on a brand-name sole source basis pursuant to FAR 13.106-1(b)(1) under the Simplified Acquisition Procedures. The statutory authority is 41 USC 3304(a)(1), as implemented by FAR 6.302-1, Only One Responsible Source (Brand Name). The Sole Source Justification prepared in accordance with HHSAM 313.106-1(b)(1)(i) is attached.
The rationale for the brand-name justification is that the Chameleon Cryo-EM Sample Preparation Instrument is a unique tool that employs blot-free technology for sample preparation. Its self-wicking grids enable rapid, on-the-fly sample dispensing, minimizing the adverse effects of protein exposure to the air-water interface. This approach effectively addresses issues such as preferred orientation, aggregation, and denaturation. The instrument offers several key advantages, including the ability to dispense nanomolar sample volumes, automated grid handling, camera-assisted screening, experimental condition tracking and recording, and the development of automated workflows. Currently, no alternative equipment on the market utilizes blot-free technology.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-05, with effective date 8/7/2025.
(iv) The associated NAICS code is 334516 and the small business size standard is 1,000 employees. This requirement is full and open with no set-aside restrictions.
(v) This requirement is for the following items:
- Qty (1) - Chameleon Cryo-EM Sample Preparation Instrument
- Qty (2) - Chameleon Cryogen Bowl Assembly
- Qty (1) - Ethane Condensing Kit
- Qty (1) - Chameleon in-built Desktop PC Controller (Win10) with Chameleon Software License & Comms Installed
- Qty(1) - Chameleon Consumables Starter Pack Includes:
- 4150-40001 - pack of 50
- 4150-40003
- 4150-40004
- 4150-40005 - pack of 50
- 4150-40010
- Types Each
- 4150-40011
- NPN Source Bottles (Working Fluid Bottle and Waste)
- Qty (1) - Chameleon Installation
- Qty (1) - Vision lite - Chameleon Applications Support Package
Salient Characteristics:
- Minimum Sample Volume: 5μL Minimum Dispense Volume: 6nL
- Batch Capacity: 8 Grids
- Sample Temperature Control: 4°C to 40°C Minimum Dispense-to-Plunge Time: 54 msec Liquid Nitrogen Level Monitoring
- Liquid Ethane Temperature Control
- Integrated Semi-Automated Characterization and Plunge Speed Tuning
- Integrated Closed Loop Glow Discharge Module Integrated Post-Dispense QC System
- Session Tracking and Reporting Datapack
(vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition. The anticipated delivery is within thirty (30) days after receipt of order (ARO).. Delivery will be f.o.b. destination. The place of delivery and acceptance will be Building 40, Room 4609B, 40 Convent Drive, Bethesda MD, 20814.
Warranty coverage shall extend for 12 months from installation, through August 2026.
(vii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of provision)
The following provisions apply to this acquisition and are incorporated by reference:
- FAR 52.204-7, System for Award Management (Nov 2024)
- FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
- FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023)
- FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (May 2024)
- FAR 52.225-6, Trade Agreements Certificate (Feb 2021)
- HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)
The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of clause)
The following clauses apply to this acquisition and are incorporated by reference:
- FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
- FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
- FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2023).
- HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)
- HHSAR 352.239-75, Information and Information Systems Security (Dec 2015)
The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.
- FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment
- FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2025)
The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (Jan 2025), applies to this acquisition and is provided in full text as Attachment #2.
- NIH Invoice and Payment Provisions
(viii) The provision at FAR clause 52.212-2, Evaluation-Commercial Items (Nov 2021), applies to this acquisition.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. As this requirement will be awarded on a sole source basis to SPT Labtech Ltd., evaluation will be limited to verifying the product meets the stated technical requirements and determining that the proposed price is fair and reasonable in accordance with FAR 13.106-3.
(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(ix) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (May 2024), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.
(x) The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.
(xi) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. The contractor shall provide warranty coverage for 12 months from installation, including replacement of any defective component that fails due to faulty manufacture or design defects.
(xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xiii) Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations.
Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
The UEI (Unique Entity Identifier), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All quotations must be received by 12:00 p.m., Eastern Standard Time, on September 23, 2025 and reference Solicitation Number 75P00125Q00071. Responses must be submitted electronically to Eric McKay, Contract Specialist at eric.mckay@hhs.gov.
Fax responses will not be accepted.