This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00229 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-05. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 1000e. However, this solicitation is not set aside for total small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) is seeking a vendor who can provide the following new Cell-IQ™ Series 5.8 cu. ft. High Heat Sterilization CO₂ Incubators and accessories and services as follows:
- Product# MCO-171AICUVD-PA - 5.8 cu.ft., CO2 Incubator, UV-LED, Dry Heat Steril, 115V – Qty (4) EA
- Product# MCO-170RB-PW – Roller Base – Qty (2) EA
- Product# MCO-170PS-PW - STACKING KIT, FOR 2 x MCO-170, 2 x MCO-230 or 3 x MCO-50 – Qty (2) EA
- Shipping and Handling : Inside Delivery – Carrier is responsible to move freight inside the building
The lab is requesting the purchase of the Cell-IQ™ Series 5.8 cu. ft. High Heat Sterilization CO₂ Incubator which provides reliable and contamination-controlled conditions essential for cell culture experiments. The Cell-IQ™ incubator shall provide the contamination control, environmental stability, and data integrity required for our research on adipocyte and muscle cell development.
The incubators musts are as follows:
- Compatibility with existing workflows. The proposed incubator must support standard mammalian cell culture requirements and integrate seamlessly into current lab practices without requiring major procedural changes.
- Contamination control features. System must include high heat sterilization, inCu-saFe copper alloy surfaces, and SafeCell™ UV technology for continuous contamination protection.
- Environmental performance. Incubator must provide precise CO₂ and temperature control with rapid recovery and uniformity suitable for sensitive cell culture work.
The following product features/characteristics are required:
- 5.8 cu. ft. (165 L) capacity to accommodate the scale of ongoing cell culture experiments
- High heat sterilization cycle (180 °C dry heat) for effective elimination of contaminants without disassembly of internal components
- inCu-saFe™ copper-enriched stainless-steel interior and SafeCell™ UV system for continuous contamination control
- Dual infrared CO₂ sensors for precise and stable CO₂ concentration control, ensuring optimal pH levels for cell growth
- Air-jacketed direct heat system for uniform and rapid temperature recovery (± 0.25 °C uniformity)
- Humidity control via natural evaporation (maintains ~95% RH)
- Color LCD touchscreen with data logging and USB export capability
- Compact footprint
Training Requirements:
Training shall be provided for up to 5 users within 10 business days of system installation. The training should cover instrument operation, control panel and software features, routine maintenance, high heat sterilization procedures, and basic troubleshooting. Training may be conducted on-site or virtually but must include a hands-on demonstration of setting up and operating the incubator under standard cell culture conditions.
Delivery/Installation:
Delivery Address:
National Institutes of Health
9000 Rockville Pike
Bethesda, MD 20892
Special Instructions:
Delivery must be made during business hours (Monday–Friday, 9:00 AM – 5:00 PM, excluding federal holidays). Prior coordination with the Government POC is required to ensure staff availability for equipment receipt and setup.
This will be a Firm Fixed Price Purchase Order.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) (Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items - The Government will award a procurement resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, based on lowest price and technically acceptable. FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Jan 2025) (Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and Certifications (Jan 2025) (Deviation Feb 2025) – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the items specified in this synopsis should submit a copy of their quotation via email to robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties’ bona-fide capabilities of providing all services and or products needed as per this solicitation. Responses must be accompanied by descriptive literature, warranties, delivery timeframe and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due on September 12, 2025, before 10:00 am eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number 75N94025Q00229. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00229 in the subject line of email.
Note: In order to receive an award, contractors must maintain an active SAM registration for all awards throughout the entire contract/order lifecycle, from offer submission to final payment. Failure to maintain an active SAM registration can jeopardize the award or result in non-payment. Lack of valid registration in SAM will make an offeror ineligible for award.
Note: “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”