Loading...
SS-NIH-PCA-NIA-01589
Response Deadline
May 13, 2026, 3:00 PM(EDT)4 days
Eligibility
Contract Type
Sources Sought
SOURCES SOUGHT NOTICE
Proteomic Biomarker Testing Services Using CNS Panel 220 Argo NULISA Platform
Notice Type: Sources Sought / Market Research
Agency: Department of Health and Human Services (HHS), National Institutes of Health (NIH)
Office: NIA/CARD
Notice Number: SS-NIH-PCA-NIA-01589
PSC: Q301 – Medical Laboratory Testing
NAICS: 541380 – Testing Laboratories and Services
Response Due Date: May 13, 2026 11:00am EST
DISCLAIMER
This is a Sources Sought Notice issued solely for information and planning purposes and does not constitute a solicitation. This notice is issued in accordance with FAR Part 10, Market Research. This is not a Request for Proposal (RFP), Request for Quotation (RFQ), or Invitation for Bid (IFB), and it does not obligate the Government to award a contract or otherwise pay for the information submitted.
The purpose of this notice is to identify qualified and interested sources capable of meeting the Government’s requirement and to assist the Government in determining the appropriate acquisition strategy, including whether a set-aside is feasible.
Responses to this notice are voluntary. The Government will not reimburse any costs incurred in preparing or submitting a response. Any information received may be used by the Government for planning purposes only.
1. TITLE
Proteomic Biomarker Testing Services for Alzheimer’s Disease and Related Dementias Research Using the CNS Panel 220 Argo NULISA Platform
2. INTRODUCTION
The National Institutes of Health (NIH), Intramural Center for Alzheimer’s Disease and Related Dementias, is conducting market research to determine the availability and capability of qualified contractors to provide proteomic biomarker testing services using the CNS panel 220 Argo NULISA platform for Government-furnished biospecimens.
The Government seeks sources capable of performing high-throughput, quality-controlled proteomic testing and providing associated data files, quality control documentation, and harmonization-related reporting to support Alzheimer’s disease and related dementias (AD/ADRD) research.
3. BACKGROUND
The NIH Intramural Center for Alzheimer’s Disease and Related Dementias is an interdisciplinary initiative dedicated to advancing the understanding, diagnosis, and treatment of Alzheimer’s disease and related dementias. Biomarkers are critical for understanding disease mechanisms, supporting diagnosis, and monitoring disease progression and therapeutic efficacy.
NIH requires standardized, high-throughput proteomic analysis to support these objectives. The Government intends to furnish biospecimens from well-characterized patient cohorts for testing using the CNS panel 220 Argo NULISA platform. Resulting data will be used to identify biomarkers associated with underlying molecular changes in AD/ADRD and to support cross-cohort harmonization and downstream scientific analysis.
4. OBJECTIVE
The objective of this requirement is to obtain high-quality proteomic biomarker data from Government-furnished biospecimens through standardized NULISA testing, including:
5. DRAFT REQUIREMENT / SCOPE OF WORK
The Contractor shall furnish all management, supervision, labor, facilities, materials, equipment, supplies, transportation, and other resources necessary to perform the required services, except as otherwise specified as Government-furnished.
The Contractor shall perform CNS panel 220 Argo NULISA proteomic analysis on Government-furnished biospecimens and generate quality control data and required reports in accordance with the terms of any resulting contract.
5.1 Sample Processing Volumes
The Contractor shall be capable of processing up to the following maximum number of biospecimens during each contract period:
Base Year: August 1, 2026 through July 31, 2027
Maximum total: 8,970 samples
Option Year 1: August 1, 2027 through July 31, 2028
Maximum total: 8,970 samples
Option Year 2: August 1, 2028 through July 31, 2029
Maximum total: 8,970 samples
The Government does not guarantee a minimum quantity. Quantities are maximum estimated quantities for planning purposes unless otherwise stated in any resulting solicitation or award.
5.2 Required Analytical Services
The Contractor shall be capable of performing the following:
5.3 Standards of Performance
The Contractor shall perform all services in a timely, competent, and professional manner consistent with:
5.4 Contractor Responsibility
The Contractor shall be responsible for the professional quality, technical accuracy, completeness, and coordination of all services performed. The Contractor shall, without additional compensation, correct or revise any errors, omissions, deficiencies, or nonconforming services resulting from Contractor fault or failure to comply with contract requirements.
6. PERIOD OF PERFORMANCE
The anticipated period of performance is:
Exercise of options, if any, will be at the sole discretion of the Government.
7. PLACE OF PERFORMANCE
The principal place of performance is anticipated to be the Contractor’s facility or facilities, unless otherwise approved by the Government.
No travel is anticipated under this requirement.
8. DELIVERABLES
The Government anticipates requiring the following deliverables, as applicable to each cohort, batch, or reporting period:
Anticipated Delivery Schedule
Unless otherwise approved in writing by the Contracting Officer:
9. CONTRACTOR REQUIREMENTS
Interested sources should be capable of providing:
10. GOVERNMENT-FURNISHED PROPERTY / INFORMATION
The Government anticipates furnishing, as applicable and available:
11. CONFIDENTIALITY, DATA PROTECTION, AND SECURITY
The Contractor shall be required to protect all Government-furnished information, biospecimens, data, and materials against unauthorized access, use, disclosure, modification, loss, or destruction.
The Contractor shall use Government-furnished biospecimens, data, and information solely for purposes of contract performance and for no other purpose unless expressly authorized in writing by the Contracting Officer.
The Contractor shall implement and maintain appropriate administrative, technical, and physical safeguards, including:
To the extent the Contractor receives or accesses personally identifiable information (PII), protected health information (PHI), coded human subject data, or other sensitive information, the Contractor shall comply with all applicable federal laws, regulations, HHS/NIH policies, and contract clauses governing privacy, confidentiality, and information security.
12. MARKET RESEARCH QUESTIONS / CAPABILITY QUESTIONS
Interested parties shall submit a capability statement that addresses the questions below. The Government requests clear, concise responses sufficient to assess the respondent’s capability and business status.
12.1 Company Information
Provide the following:
12.2 Technical Capability Questions
Please address the following:
12.3 Relevant Experience / Past Performance
Provide up to three (3) examples of recent and relevant projects performed within the last five (5) years that are similar in scope, size, and complexity. For each example, include:
12.4 Business and Acquisition Strategy Questions
Please address the following:
13. RESPONSE INSTRUCTIONS
Interested parties shall submit an electronic capability statement in response to this notice.
Submission Requirements
Responses should include:
Responses should be limited to 5 pages, excluding the cover page. The Government requests that responses be submitted in PDF format.
Submission Method
Responses shall be submitted by email to:
Linda Smith, Contracting Officer
Email: linda.smith2@nih.gov
Subject Line
Sources Sought Response – Proteomic Biomarker Testing Services / CNS Panel 220 Argo NULISA
Due Date
Responses are due no later than:
5/13/2026 11:00am EST
Late responses will not be considered.
14. QUESTIONS REGARDING THIS NOTICE
Questions regarding this Sources Sought Notice may be submitted by email to the point of contact identified above no later than 5/13/2026 11:00am EST.
15. ADDITIONAL INFORMATION
This notice is for market research purposes only. The Government may use the information received to:
The Government reserves the right to consider a firm’s failure to provide a complete response as an indication that the firm may not be capable of satisfying the requirement.
Linda Smith
DEPARTMENT OF HEALTH AND HUMAN SERVICES
NATIONAL INSTITUTES OF HEALTH
NATIONAL INSTITUTES OF HEALTH OLAO
NATIONAL INSTITUTES OF HEALTH OLAO
6011 EXECUTIVE BLVD., SUITE 503L
BETHESDA, MD, 20892
NAICS
Testing Laboratories and Services
PSC
REFERENCE LABORATORY TESTING