Skip to content
Department of Health and Human Services

Genotyping Support Services

Solicitation: 75N95026R00006
Notice ID: 08c38f3843f745c6806d73784742c5f8
TypeCombined Synopsis SolicitationNAICS 541690PSCR499DepartmentDepartment of Health and Human ServicesAgencyNational Institutes Of HealthPostedMar 13, 2026, 12:00 AM UTCDueMar 20, 2026, 04:00 PM UTCCloses in 7 days

Combined Synopsis Solicitation from NATIONAL INSTITUTES OF HEALTH • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: {}. Response deadline: Mar 20, 2026. Industry: NAICS 541690 • PSC R499.

Market snapshot

Awarded-market signal for NAICS 541690 (last 12 months), benchmarked to sector 54.

12-month awarded value
$12,670,362
Sector total $5,863,264,661,577 • Share 0.0%
Live
Median
$29,756
P10–P90
$29,756$29,756
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+610%($9,539,975)
Deal sizing
$29,756 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
{}
Contracting office
Bethesda, MD • 20892 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
No direct WD match was found yet for this notice. Review the WD directory for state/county coverage and verify on SAM.gov.

Point of Contact

Name
Scott Duernberger
Email
scott.duernberger@nih.gov
Phone
3015940670
Name
Kelly Dempsey
Email
kelly.dempsey@nih.gov
Phone
Not available

Agency & Office

Department
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Agency
NATIONAL INSTITUTES OF HEALTH
Subagency
NATIONAL INSTITUTES OF HEALTH NIDA
Office
Not available
Contracting Office Address
Bethesda, MD
20892 USA

More in NAICS 541690

Description

Title: NIA Genotyping Outsourcing Project


(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.201-1, Simplified Procedures 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 75N95026R00006 and the solicitation is issued as a request for quotation.


This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) and FAR Part 12—Acquisition of Commercial Items and is expected to exceed the simplified acquisition threshold.


(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-06, with effective date August 26, 2025.


(iv) The associated NAICS code 541690 and the small business size standard is $16.5 million. This requirement has no set-aside restrictions.


(v) This requirement is for the following service: Deoxyribonucleic acid (DNA) extraction and multi-gene analysis from rodent tissue samples. See attached Statement of Work (SOW) for additional details.


(vi) The Government anticipates award of an Indefinite Delivery Indefinite Quantity contract for this acquisition with an anticipated ordering period of April 4, 2026 through April 3, 2031.


(vii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of provision)


The following provisions apply to this acquisition and are incorporated by reference:
• FAR 52.204-7, System for Award Management (Oct 2018)
• FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021)
• HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)


The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of clause)


The following clauses apply to this acquisition and are incorporated by reference:
• FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
• FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached.
• FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000)
• HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 2015)
The following provisions and clauses apply to this acquisition and are incorporated as an attachment.
• FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022)
• Invoice Instructions


(viii) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition.
(a) The Government will award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i.) technical capability, (ii.) price, and (iii.) past performance [see FAR 13.106-2(b)(3)].
Technical capability and past performance, when combined, are significantly more important than price.
(b) 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.


(ix) 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.


(x) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.


(xi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.


(xii) Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount.


In addition, the vendor Unique Entity Identifier (UEI) 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 quotations must be received by 12:00 p.m., Eastern Daylight/Standard Time, on Friday, March 20, 2026 and reference Solicitation Number 75N95026R00006. Responses must be submitted electronically to Scott Duernberger, Contract Specialist, scott.duernberger@nih.gov and Kelly Dempsey, Contracting Officer, kelly.dempsey@nih.gov. Fax responses will not be accepted.


(xii) The name and telephone number of the individual to contact for information regarding the solicitation:
Scott Duernberger, Contract Specialist
301-594-0670
Scott.Duernberger@nih.gov

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.