Skip to content
Department of Health and Human Services

NOI - MERSCOPE Kits and Gene Panels

Solicitation: PCA-NIA-01370
Notice ID: 80341195b75a448a8e119a4fd70ee249

Presolicitation from NATIONAL INSTITUTES OF HEALTH • HEALTH AND HUMAN SERVICES, DEPARTMENT OF. Place of performance: MD. Response deadline: Apr 03, 2026. Industry: NAICS 334516 • PSC 6550.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$10,852,877
Sector total $42,854,460,360 • Share 0.0%
Live
Median
$59,803
P10–P90
$23,455$274,709
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+158%($4,784,738)
Deal sizing
$59,803 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 →
Map for MD
Live POP
Place of performance
Not listed
State: MD
Contracting office
Bethesda, MD • 20892 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MD20260111 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Carroll
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
+83 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 83 more rate previews.
Davis-BaconBest fitstate match
MD20260111 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Carroll
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+82 more occupation rates in this WD
Davis-Baconstate match
MD20260115 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Frederick
Rate
BALANCING TECHNICIAN
Base $47.92Fringe $24.44
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
+77 more occupation rates in this WD
Davis-Baconstate match
MD20260041 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Howard
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $34.41Fringe $14.49
+59 more occupation rates in this WD
Davis-Baconstate match
MD20260061 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Baltimore City
Rate
FLOOR LAYER: Carpet
Base $34.12Fringe $14.64
Rate
BRICKLAYER (Insulator Foam)
Base $21.60Fringe $0.00
Rate
CARPENTER, Excludes Drywall Hanging, and Metal Stud Installation
Base $19.41Fringe $3.11
+14 more occupation rates in this WD

Point of Contact

Name
Elaine Estrella
Email
elaine.estrella@nih.gov
Phone
Not available
Name
Brian Lind
Email
brian.lind@nih.gov
Phone
Not available

Agency & Office

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

More in NAICS 334516

Description

PRE-SOLICITATION NON-COMPETITIVE –

Notice of Intent to Sole Source

SOLICITATION NUMBER: PCA-NIA-01370

TITLE: MERSCOPE Kits and Gene Panels

RESPONSE DATE: April 03,2026, at 4:00 pm EST.

PRIMARY POINT OF CONTACT:

           Elaine Estrella, Contract Specialist, Elaine.estrella@nih.gov

           Brian Lind, Contract Specialist, Brian.lind@nih.gov

INTRODUCTION:

THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).

The National Institute of Health Hospital Laboratory Support Service (NIHHLS) intends to negotiate and award a purchase order without providing for full and open competition to Vizgen, Inc . The purpose of this acquisition will be to provide the National Institute on Aging (NIA)  with kits and panels to perform spatial transcriptomic experiments on ovary sections using the MERSCOPE platform with the assistance of the Computational Biology and Genomics Core (CBGC) at the NIA. No other available kits are compatible with this platform.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE and SET ASIDE STATUS

NAICS code 334516 – Analytical Laboratory Instrument Manufacturing with a business size standard classification of 1000. This acquisition is NOT set aside for small businesses.

REGULATORY AUTHORITY

The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2024-07 dated 08-29-2024.

This acquisition is conducted under the procedures as prescribed in FAR subpart 13.5—Simplified Procedures for Certain Commercial Items and FAR subpart 12—Acquisition of Commercial Items at an amount exceeding the SAT, and not exceeding $7 million.

STATUTORY AUTHORITY

This acquisition is 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 the statutory authority of [specify the applicable authority: (1) FAR 6.302-1—Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 3304 (a)(1).

DESCRIPTION OF REQUIREMENT:

PURPOSE AND OBJECTIVES:

The purpose of this acquisition will be to provide the National Institute on Aging (NIA) with kits and panels to perform spatial transcriptomic experiments on ovary sections using the MERSCOPE platform with the assistance of the Computational Biology and Genomics Core (CBGC) at the NIA. No other available kits are compatible with this platform.

The Experimental Gerontology Section (EGS) at the National Institute on Aging (NIA) requires MERSCOPE kits and gene panels to perform spatial transcriptomic experiments on ovary sections using the MERSCOPE platform.  These samples were collected as part of the ongoing SenNet study, and the fixation and preparation of the samples has already been completed. The CBGC has the Vizgen MERSCOPE instrument available to serve the NIA Intramural Research Program and as such the reagents are needed to facilitate the analysis of expression within individual cells in fresh frozen sections.

CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION

The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Vizgen Inc. is the only vendor in the marketplace that can provide the products required by NIA. The kits and gene panels are proprietary to its manufacturer, Vizgen Inc.

These kits and gene panels are manufactured and distributed exclusively by the original equipment manufacturer (OEM) and are not available through any third-party suppliers. No alternate or generic products exist that meet the stringent compatibility and performance requirements of the MERSCOPE platform. Use of non-authorized kits and panels would compromise the integrity and reproducibility of the experimental data and may void manufacturer warranties or support agreements.

In accordance with FAR part 10, extensive market research was conducted to reach this determination. Additionally, contacts with knowledgeable individuals both in industry and Government, as well as reviews of available product literature, revealed no other sources. Finally, a review of the GSA Advantage, Dynamic Small Business Search, and previous government acquisitions returned no results that meet all of the requirements. Therefore, only Vizgen Inc. is capable of meeting the needs of this requirement.

The intended source is:

Vizgen, Inc.
61 Moulton Street
Cambridge, MA 02138
United States of America

CLOSING STATEMENT

THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice.

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response.

Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by the April 03,2026, at 4:00 pm EST and must reference the solicitation number, PCA-NIA-01370. Responses must be submitted electronically to Elaine Estrella at elaine.estrella@nih.gov or Brian Lind at brian.lind@nih.gov . Fax responses will not be accepted.

.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

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.