NOI - DNA/RNA Extraction Services from Multiple Tissue Types
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Institutes of Health (NIH), National Institute on Aging (NIA), intends to award a non-competitive, firm-fixed-price purchase order to REPROCELL, Inc. for DNA/RNA extraction services from blood and multiple tissue types. This action supports an ongoing animal study and is a continuation of previously performed work, requiring the same vendor to ensure methodological consistency and data comparability. Responses from other interested parties are due May 9, 2026, at 9:00 AM EDT.
Scope of Work
The requirement involves the extraction and quality control analysis for approximately 320 DNA samples (including 80 from blood and 240 from tissue) and 240 RNA samples derived from various organs (lung, spleen, heart, kidney, brain, and liver). Key deliverables include associated quality control, such as RNA integrity assessment. The services must ensure resulting datasets are directly comparable to prior work by REPROCELL to maintain scientific validity.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order
- Authority: FAR 13.106-1(b)(1) (only one source reasonably available)
- NAICS Code: 541380 – Testing Laboratories and Services (Small Business Size Standard: $19.0 million)
- Place of Performance: Beltsville, MD (delivery to Baltimore, MD)
Submission & Evaluation
This announcement serves as the only solicitation. Interested offerors who believe they can meet the requirement must submit sufficient information to establish bona-fide capabilities. Submissions should include unit price, list price, shipping/handling, delivery days, payment terms, F.O.B. Point, product/catalog number, product description, and other factors for award consideration (e.g., past performance, special features, warranty). Respondents must provide specific product information and documentation if they are manufacturers or authorized resellers. All offerors must have an active registration in SAM.gov, a Unique Entity Identifier (UEI), and a Taxpayer Identification Number (TIN).
Set-Aside
This requirement has no set-aside restrictions and is being conducted on a sole-source basis due to the critical need for methodological consistency with existing datasets.
Key Dates & Contact
- Response Due: May 9, 2026, 9:00 AM EDT
- Published Date: April 29, 2026
- Point of Contact: Nicholas Capobianco, Contract Specialist, nicholas.capobianco@nih.gov