COMBINED SYNOPSIS / SOLICITATION-COMPETITIVE
Title: PCR based Proximity Extension Assay
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items”, as applicable, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. The solicitation number is NIAID-SS-25-2265399 and the solicitation is issued as Request for Quotation (RFQ).
This acquisition is for a commercial item or service and is conducted under the authority of the FAR Part 13 — Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, dated 08-07-2025.
The North American Industry Classification System (NAICS) Code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing, and the small business size standard 1,000 employees or less. This requirement is not set-aside for small business. The Government anticipates making a single award Firm Fixed Price (FFP) purchase order. 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).
Statement of Need
The proposed purchase is for Brand Name or Equal products/services.
The National Institute of Allergy and Infectious Disease (NIAID) requires the PCR based Proximity Extension Assay equipment for As part of the H5N1 project, this system will be used to assess immune responses to various therapeutics in influenza virus-challenged mice, as part of the Viral Pathogenesis and Evolution Section (VPES) and Clinical Studies Unit (CSU) mission to develop novel antiviral and therapeutic measures to combat the ongoing avian influenza pandemic in poultry and wild birds. See Attachment 1 – Bill of Materials for additional details.
Line Items: Through this procurement NIDA anticipates a single award, firm fixed price purchase order for the PCR based Proximity Extension Assay system and component parts as described in Attachment 1 – Bill of Materials.
It is anticipated that the period of performance shall consist of a 12-month Base Period, which will begin upon receipt of the items. Below is a table that contains the line item number and description of the requirement for the anticipated award of the Base Period. The proposed purchase is for a Brand Name or Equal product. The brand name and model number and the part number of the product(s) are provided in Attachment 1 Bill of Materials (BOM) and in the table below Specifically, NIAID, is seeking one (1) Brand Name or Equal Olink Signature Q100 and Target 96 System.
Period of performance: September 26, 2025 – September 25, 2026
Shipping/Delivery Instructions:
These items will be delivered to the following location within 90 days after receipt of order:
Point of Contact: Jenna Sherry
(310) 425-6628
Building 33, 3E13C.5
Bethesda MD. 20892
INSTRUCTIONS
All interested vendors shall provide a quote for the requirement as outlined in this solicitation. All quotes shall include:
- Price(s) (unit price, extended price, total price)
- Shipping fees
- Manufacturing country of origin of the products, including components
- Documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s)
- Estimated date of delivery
- Point of contact: name, phone number & email
- Unique Entity ID (UEI) and cage code from active SAM.gov registration
- Business size under NAICS 334516
- Payment terms
Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government will evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed will result in the Quoter’s response being considered non-responsive and will therefore be eliminated from further consideration and award.
If providing an equal product(s)/services(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision applies to this a solicitation FAR 52.211-6 Brand Name or Equal (Aug 1999):
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of provision)
The response to the combined synopsis/solicitation is due no later than September 19, 2025 at 1:00 P.M. Eastern Standard Time (EST). Offers submitted after the deadline may not be considered. The response should be submitted in a searchable electronic format to the Contract Specialist, Shaun Rostad at Shaun.Rostad@nih.gov. Electronic submittals must include the combined synopsis/solicitation NIAID-SS-25-2265399 and the Title in the Subject Line.
Evaluation:
NIAID will evaluate all quotes to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror’s quote to provide all requested products/services, meet the brand name or equal salient characteristics, providing the proposed products/service in a timely manner, warranty, past performance, and reasonable price. The Government’s objective is to obtain the highest quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Non-price factors, when combined, are considered more important than price. In the event quotes are evaluated as equal in non-price factors, price or cost will become a major consideration in selecting the successful Offeror.
SPECIAL NOTICE TO QUOTERS
Quoters are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation.
Discussions
The Government reserves the right to award without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary.
ELECTRONIC INVOICING
The successful vendor may submit an invoice once a shipment is delivered. NIAID will only accept invoices for completed services and units that have been delivered to NIAID.
NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury’s Invoice Processing Platform (IPP). For contractors that have transitioned to IPP, the Contractor must submit invoices to the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. For contractors that have not transitioned to IPP, the Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP.
PROVISIONS AND CLAUSES
- FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
- 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 this/these address(es): https://www.acquisition.gov/
- FAR 52.203-18 – Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements – Representations (Jan 2017)
- FAR 52.204-7 – System for Award Management (Oct 2018)
- FAR 52.204-16 – Commercial and Government Entity Code Reporting (Aug 2020)
- 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 52.209-7 – Information Regarding Responsibility Matters (Oct 2018)
- FAR 52.211-6 – Brand Name or Equal (Aug 1999)
- FAR 52.212-1 – Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)
- FAR 52.212-3 – Offeror Representations and Certification – Commercial Products and Commercial Services (May 2024)
- The following HHSAR provision is applicable and provided in full text below:
- HHSAR 352.239-78 INFORMATION AND COMMUNICATION TECHNOLOGY ACCESSIBILITY NOTICE (FEB 2024) (DEVIATION)
(a) Any offeror responding to this solicitation must comply with established HHS Information and Communication Technology (ICT) accessibility standards. Information about Section 508 is available at https://www.hhs.gov/web/section-508/index.html.
(b) The Section 508 accessibility standards applicable to this solicitation are stated in the clause at 352.239-79 Information and Communication Technology Accessibility. In order to facilitate the Government’s determination whether proposed ICT supplies, products, platforms, information, and documentation meet applicable Section 508 accessibility standards, offerors must submit an appropriate HHS Section 508 Accessibility Conformance Checklist (see https://www.hhs.gov/web/section-508/accessibility-checklists/index.html) or an Accessibility Conformance Report (ACR) (based on the Voluntary Product Accessibility Template (VPAT) see https://www.itic.org/policy/accessibility/vpat), in accordance with the completion instructions. The purpose of the checklists and conformance reports are to assist HHS acquisition and program officials in determining whether proposed ICT supplies, products, platforms, information, and documentation conform to applicable Section 508 accessibility standards. Checklists and ACRs evaluate—in detail—whether the ICT conforms to specific Section 508 accessibility standards and identifies remediation efforts needed to address conformance issues.
(c) If an offeror claims its supplies or services meet applicable Section 508 accessibility standards, and it is later determined by the Government, i.e., after award of a contract or order, that supplies, products, platforms, information, documentation, or services support delivered do not conform to the described accessibility standards, remediation of the supplies, products, platforms, information, documentation, or services support to the level of conformance specified in the contract will be the responsibility of the Contractor at its expense.
(d) In order to facilitate the Government's determination whether proposed ICT supplies meet applicable Section 508 accessibility standards, offerors must submit an Accessibility Conformance Report, in accordance with its completion instructions and tailored to the requirements in the solicitation. The purpose of the Report is to assist HHS acquisition and program officials in determining whether proposed ICT supplies conform to applicable Section 508 accessibility standards. The template allows offerors or developers to self-evaluate their supplies and document, in detail, whether they conform to a specific Section 508 accessibility standard, and any underway remediation efforts addressing conformance issues. Instructions for preparing the HHS Section 508 Evaluation Template are available at https://Section508.gov/.
(e) In order to facilitate the Government's determination whether proposed ICT services meet applicable Section 508 accessibility standards, offerors must provide enough information to assist the Government in determining that the ICT services conform to Section 508 accessibility standards, including any underway remediation efforts addressing conformance issues.
(f) Respondents to this solicitation must identify any inability to conform to Section 508 requirements. If an offeror claims its supplies or services meet applicable Section 508 accessibility standards, and it is later determined by the Government, i.e., after award of a contract or order, that supplies or services delivered do not conform to the described accessibility standards, remediation of the supplies or services to the level of conformance specified in the contract will be the responsibility of the Contractor at its expense.
(g) Items delivered as electronic content must be accessible to HHS acceptance criteria. Checklist for various formats are available at http://508.hhs.gov/. Materials, other than items incidental to contract management, that are final items for delivery should be accompanied by the appropriate checklist, except upon approval of the Contracting Officer or Contracting Officer’s Representative.
(End of provision)
- FAR 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/these address(es): https://www.acquistion.gov/
- 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 Products and Commercial Services (Nov 2023)
- By reference the Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable to this requirement. Copies are available from http://www.hhs.gov/policies/hhsar/:
Clauses
- HHSAR 352.222-70 – Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
- By full text the Department of Health and Human Services Acquisition Regulation (HHSAR):
- HHSAR 352.232-71 – Electronic Submission of Payment Requests (February 2, 2022)
- HHSAR 352.239-79 – Information and Communication Technology Accessibility (Feb 2024) (DEVIATION)
The following additional clauses are applicable to this requirement and provided in full text as Attachments:
- FAR 52.212-5 – Contract Terms and Conditions Required to Implement Status or Executive Orders – Commercial Products and Commercial Services (May 2024)
Attachments:
- Attachment 1 – Bill of Materials
- Attachment 2 - 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
- Attachment 3 – Invoice Instructions