This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.
Background
As a part of the research program to improve our understanding of the progression, prevention, and treatment of infectious and immune-mediated diseases, the National Institute of Allergy and Infectious Diseases (NIAID), National Institutes of Health (NIH) is competing the continuing requirement for the NIH Major Histocompatibility Complex (MHC) Tetramer Core Facility contract (herein referred to as the NIH Tetramer Core Facility). This facility provides synthesis and distribution of soluble MHC tetramer reagents to the global research community.
Purpose and Objectives
The scope of activities to be carried out by the NIH Tetramer Core Facility Contractor are synthesis and distribution of soluble MHC-peptide tetramer and related reagents to the broader scientific community. Such reagents include, but are not limited to: mouse, non-human primate, human, and other mammalian MHC class I monomers and tetramers; custom and premade mouse, non-human primate, human, and other mammalian class II tetramers; non-classical MHC TL, Qa-1, and mammalian CD1 monomers and tetramers; CD1d and other MHC ligands; and fluorophores for tetramer detection.
Project requirements
The major functions to be carried out by the contractor are:
A. Provide a tetramer production facility
B. Provide a distribution, tracking, and reporting system of reagents produced
C. Design a NIH Tetramer Core Facility website and provide related maintenance
D. Provide Tetramer Core Facility program management
It is estimated that 9 FTEs are required to conduct these functions.
While the NIH Tetramer Core Facility is responsible for providing ligands for all premade reagents, the client is responsible for supplying ligands for custom MHC Class I and II monomer and tetramer production.
Anticipated period of performance
The Government anticipates awarding one cost-reimbursement, term (Level of Effort) type contract to fulfill the technical requirements. The period of performance will be for one year (Base Period) plus six (6) one-year options to extend the term of the contract that may be exercised by the Government unilaterally, for a total possible period of performance of seven (7) years, beginning approximately March 21, 2027. The requirement will be the delivery of 9.00 full-time equivalents (FTEs) per year, including consultant and subcontractor effort, for the Base Period (Year 1) and 9.00 FTEs per year, including consultant and subcontractor effort, for Options 1-6 (Years 2-7).
Other important considerations
None.
Capability Statement/Information Sought
Interested contractors must submit a capability statement that clearly demonstrates their experience, qualifications, and ability to perform the described effort. The capability statement shall include, at minimum, the following information:
- Relevant Experience: A concise summary of prior work similar in scope and complexity, including other contracts and grants. Descriptions should highlight experience supporting centralized reagent production, scientific core facilities, or immunological research services. Emphasize accomplishments and outcomes that demonstrate capability in supporting scientific workflows and client needs.
- Key Personnel Qualifications: A description of professional qualifications, roles, and specific experience of personnel proposed to support this effort. Highlight expertise directly related to the tasks required for this project.
- Resumes for Key Staff: Detailed resumes for proposed key personnel, including at minimum, the Principal Investigator and Facility Manager. Resumes should reflect education, training, and prior experience relevant to the requirements of this solicitation.
- Facilities, Resources and Capacity: A description of laboratory facilities, equipment, information technology systems, personnel, and other resources available to support the work. Include information on the availability and overall capacity of these resources to perform the required tasks.
- Demonstrated Ability to Perform: Evidence of the ability to successfully carry out the required work, highlighting operational, technical, and management capabilities. Focus on organizational competence, proven workflows, and capability to manage complex projects efficiently.
- Technical and Operational Capabilities: Documentation of experience and planned approaches related to the following:
- Production, development, quality control, documentation, and distribution of MHC multimer and related immunological reagents, including client support mechanisms;
- Development and maintenance of a secure, multi-level database to manage all tetramer reagent requests, production, tracking, and reporting activities;
- Development and operation of a public-facing website for the NIH Tetramer Core Facility that supports both public users (clients) and internal stakeholders;
- Technology transfer processes;
- Implementing appropriate safety practices related to handling of biological materials, reagents, and laboratory processes;
- Training staff and maintaining compliance with policies and standards appropriate to the scope of work.
Page Limitations
Interested qualified small business organizations should submit a tailored Capability Statement not to exceed 5 pages, excluding resumes. Capability Statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information. Font size must be 10 to 12 points. Spacing must be no more than 15 characters per inch. Within a vertical inch, there must be no more than six lines of text. Print margins must be at least one inch on each edge of the paper. Print setup should be single sided on standard letter size paper (8.5 x 11" in the U.S., A4 in Europe). All proprietary information should be marked as such.
Required Business Information
- DUNS.
- Company Name.
- Company Address.
- Company Point of Contact, Phone and Email address
- Current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) appropriate to this Sources Sought.
- Do you have a Government approved accounting system? If so, please identify the agency that approved the system.
- Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM) located at https://sam.gov/content/home. This indication should be clearly marked on the first page of your Capability Statement (preferable placed under the eligible small business concern’s name and address).
Number of Copies
Please submit one (1) electric copy of your response as follows:
All Capability Statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via e-mail) to Zachary Fetters, Contract Specialist, at zachary.fetters@nih.gov in MS Word or Adobe Portable Document Format (PDF). The email subject line must specify SBSS-75N93026R00006. Facsimile responses will not be accepted.
Common Cut-off Date
Electronically submitted tailored capability statements are due no later than 4:00 PM, EST on February 6, 2026. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED.
Disclaimer and Important Notes
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published at SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).