SOLICITATION NOTICE
Q -- Tissue Chip Testing Research Services
- Notice Date
- 1/22/2026 5:45:53 AM
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NCATS Rockville MD 20850 USA
- ZIP Code
- 20850
- Solicitation Number
- 75N95C26R00002
- Response Due
- 1/27/2026 6:00:00 AM
- Archive Date
- 02/11/2026
- Point of Contact
- Brian Lind
- E-Mail Address
-
brian.lind@nih.gov
(brian.lind@nih.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Title: Tissue Chip Testing Research Services (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 75N95C26R00002 and the solicitation is issued as a Notice of Intent 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; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; 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). Division of Program Coordination, Planning, and Strategic Initiatives (DPCPSI), intends to negotiate and award a Purchase Order without providing for full and open competition (Including brand-name) to Texas A&M University, Sponsored Research Services, 400 Harvey Mitchell Parkway South, Ste. 300, College Station, TX 77845-4375. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-3(a)(2)(ii). Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is that the manufacturer requires these reagents and consumables for the installation and implementation of the unit. Any use of any other brand or equal product can void any warranties. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06 dated 10-01-2025. (iv) The associated NAICS code 541380 and the small business size standard 19M. This requirement has no set aside restrictions. (v) The purchase is for Tissue Chip Testing Research Services, as follows; The Contractor shall include two (2) ORIVA employees designated by the Government as Participant Representative and Alternate Participant Representative in the steering committee, which will determine the specific platforms, types of testing are required for testing by the Contractor, and what type(s) of testing is/are required to increase confidence in the function and fit for purpose of a particular platform. The Contractor shall perform testing of tissue chip platforms selected by the Steering Committee using standard laboratory practices. The Contractor shall provide research staff, equipment and facilities required to execute the research program. The Contractor shall designate a Principal Investigator (PI) to oversee the activities. The Principal Investigator shall assist with coordinating steering committee meetings, communications and other needs. If for any reason, the PI cannot continue to fulfill his duties as the Principal Investigator, Contractor shall appoint a replacement Principal Investigator, to be approved by the Steering committee. The Contractor shall coordinate legal and/or material transfer agreements with tissue chip manufacturers. The Contractor shall prepare processed data, reports and communicate the results of the research program to the scientific community through means such as presentations, consultations, and peer reviewed publications. The Contractor shall maintain records of all work performed under the research program. The Contractor shall prepare a written agenda prior to each Consortium steering committee meeting and keep accurate and complete minutes of each meeting�s discussion and decisions; minutes shall be subject to review and approval by the Government. If requested by the Government, Contractor shall provide technical consultations and/or training on the use of various tissue chip platforms to the Government, as a member organization, upon request. (vi) Deliver to: Office of the Director, Division of Program Coordination, Planning, and Strategic Initiatives (DPCPSI) National Institutes of Health 530 Davis Drive (Keystone Building) 2034 Durham NC 27713 Office: 984-287-3118 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. 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. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. (xiii) 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. NONE (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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. In addition the Dun & Bradstreet Number (DUNS), 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 responses must be received by January 21, 2026 @ 9:00 AM (EST) and reference number 75N95C26R00002. Responses may be submitted electronically to brian.lind@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation. Brian Lind Contracting Officer Brian.lind@nih.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2a52763617f84a9f8f8e08b1aa98e66f/view)
- Place of Performance
- Address: Durham, NC 27713, USA
- Zip Code: 27713
- Country: USA
- Zip Code: 27713
- Record
- SN07693582-F 20260124/260122230038 (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 |