Search Contract Opportunities

Automated Nucleic Acid Purification System

ID: NB644010-25-02638 • Type: Synopsis Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures.

The due date for quotation is 08/11/2025, 8:00am EST.

This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 effective June 11, 2025.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334516-Anaylitical Laboratory Instrument Manufacturing with a small business size standard of 1,000 employees.

This acquisition is being procured as a 100% small business set aside competition.

Description: The Contractor shall provide one (1) nucleic acid extraction instrument in accordance with the attached Statement of Work (SOW).

DELIVERY

Delivery: 120 calendar days from date of award

All questions must be submitted in writing to Prateema.carvajal@nist.gov by August 2, 2025, 8:00 am ET.

EVALUATION CRITERIA AND BASIS FOR AWARD

The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation.

Technically acceptable means that the Contractor's provide a product meeting the minimum requirements in the Statement of Work.

Price will be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government.

The Contracting Officer may, if necessary, request revised quotation(s) prior to award.

REQUIRED SUBMISSIONS

All Contractors shall submit the following:

For the purpose of evaluation of Technical Acceptability:

Quoters shall provide documentation that demonstrates the quoted product's ability to meet or exceed the

minimum specifications in accordance with the Statement of Work.

For the purpose of Price:

Quoters shall provide firm-fixed price quotations for Line Item

Quoters shall include a completed copy of all required solicitation provisions contained in the attached Applicable Provisions/Clauses document (required provisions are highlighted)

3. Any award resulting from this solicitation will contain the following statement: The Government's terms and conditions, identified herein, shall be the prevailing terms and conditions governing this award. In the event of a conflict between the Government's and contractor's terms and conditions, the Government's terms and conditions take precedence. If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the Contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order as prevailing.

4. Quoters shall provide an active Government Unique Identifier number for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov in order to be technically evaluated.

5.shall provide the location of product manufacturer to be either domestic or foreign. If non-domestic, the country of origin must be listed.

Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation.

PROVISIONS AND CLAUSES:

The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov/far. The full text of a CAR provision or clause may be accessed electronically at or http://www.osec.doc.gov/oam/acquistion_management/policy/.

ATTACHMENTS:

The following attachments apply to this solicitation:

Statement of Work

Applicable Clauses & Provisions

Background
The National Institute of Standards and Technology (NIST) is seeking to procure an automated nucleic acid extraction system to support the Complex Microbial Systems Group of the Biosystems and Biomaterials Division (BBD). This group focuses on developing advanced measurements and standards for microbial exploitation to enhance human health, precision medicine, and industrial applications. The contract aims to provide a benchtop instrument for medium-throughput automated nucleic acid extraction and/or purification, which is essential for their genomic and metagenomic research efforts.

Work Details
The Contractor shall provide one (1) nucleic acid extraction instrument with the following specifications:
- Hardware:
- New equipment only, not refurbished.
- Compatible with North American 110 V / 60 Hz line power.
- Benchtop form factor with dimensions not exceeding 36” w x 24” d x 24” h and weight less than 150 pounds.
- Designed for magnetic bead-based nucleic acid enrichment/purification.
- Compatible with pre-formatted reagent and consumable kits from the OEM for various sample matrices including cultured cells, tissue, feces, and sanitary wastewater.
- Capable of processing from a minimum of one sample to at least 48 samples in a single run.
- Incorporates barcode scanning capabilities for reagent/consumable identification.
- Includes at least one ultraviolet lamp for germicidal sanitization controlled by automated routines.
- Fully controllable via a touchscreen graphical user interface through onboard computer/controller or connected Windows PC-based device.

- Software:
- Control software must include pre-programmed routines for nucleic acid extraction/purification and support end-user programming of custom routines.

- Warranty:
- Minimum one-year warranty covering all parts, labor, and travel commencing upon Government acceptance.

Period of Performance
Delivery shall occur within 120 calendar days from the date of award.

Place of Performance
Delivery will be made to the National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, MD 20899.

Overview

Response Deadline
Aug. 11, 2025, 8:00 a.m. EDT Past Due
Posted
July 29, 2025, 10:46 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
MD 20899 United States
Source

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Signs of Shaping
77% of obligations for similar contracts within the National Institute of Standards and Technology were awarded full & open.
On 7/29/25 National Institute of Standards and Technology issued Synopsis Solicitation NB644010-25-02638 for Automated Nucleic Acid Purification System due 8/11/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334516 (SBA Size Standard 1000 Employees) and PSC 6640.
Primary Contact
Name
Prateema E. Carvajal   Profile
Phone
(301) 975-4390

Documents

Posted documents for Synopsis Solicitation NB644010-25-02638

Opportunity Assistant

Contract Awards

Prime contracts awarded through Synopsis Solicitation NB644010-25-02638

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation NB644010-25-02638

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation NB644010-25-02638

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation NB644010-25-02638

Experts for Automated Nucleic Acid Purification System

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
COMMERCE, DEPARTMENT OF > NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY > DEPT OF COMMERCE NIST
FPDS Organization Code
1341-000SB
Source Organization Code
100182905
Last Updated
Aug. 12, 2025
Last Updated By
prateema.carvajal@nist.gov
Archive Date
Aug. 12, 2025