Navigate the lattice: hubs for browsing, trends for pricing signals.
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.
Background
As a part of the research program to improve our understanding of the progression, prevention, and treatment of infectious and immune-mediated diseases, the National Institute of Allergy and Infectious Diseases (NIAID), National Institutes of Health (NIH) is competing the continuing requirement for the NIH Major Histocompatibility Complex (MHC) Tetramer Core Facility contract (herein referred to as the NIH Tetramer Core Facility). This facility provides synthesis and distribution of soluble MHC tetramer reagents to the global research community.
Purpose and Objectives
The scope of activities to be carried out by the NIH Tetramer Core Facility Contractor are synthesis and distribution of soluble MHC-peptide tetramer and related reagents to the broader scientific community. Such reagents include, but are not limited to: mouse, non-human primate, human, and other mammalian MHC class I monomers and tetramers; custom and premade mouse, non-human primate, human, and other mammalian class II tetramers; non-classical MHC TL, Qa-1, and mammalian CD1 monomers and tetramers; CD1d and other MHC ligands; and fluorophores for tetramer detection.
Project requirements
The major functions to be carried out by the contractor are:
A. Provide a tetramer production facility
B. Provide a distribution, tracking, and reporting system of reagents produced
C. Design a NIH Tetramer Core Facility website and provide related maintenance
D. Provide Tetramer Core Facility program management
It is estimated that 9 FTEs are required to conduct these functions.
While the NIH Tetramer Core Facility is responsible for providing ligands for all premade reagents, the client is responsible for supplying ligands for custom MHC Class I and II monomer and tetramer production.
Anticipated period of performance
The Government anticipates awarding one cost-reimbursement, term (Level of Effort) type contract to fulfill the technical requirements. The period of performance will be for one year (Base Period) plus six (6) one-year options to extend the term of the contract that may be exercised by the Government unilaterally, for a total possible period of performance of seven (7) years, beginning approximately March 21, 2027. The requirement will be the delivery of 9.00 full-time equivalents (FTEs) per year, including consultant and subcontractor effort, for the Base Period (Year 1) and 9.00 FTEs per year, including consultant and subcontractor effort, for Options 1-6 (Years 2-7).
Other important considerations
None.
Capability Statement/Information Sought
Interested contractors must submit a capability statement that clearly demonstrates their experience, qualifications, and ability to perform the described effort. The capability statement shall include, at minimum, the following information:
Page Limitations
Interested qualified small business organizations should submit a tailored Capability Statement not to exceed 5 pages, excluding resumes. Capability Statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information. Font size must be 10 to 12 points. Spacing must be no more than 15 characters per inch. Within a vertical inch, there must be no more than six lines of text. Print margins must be at least one inch on each edge of the paper. Print setup should be single sided on standard letter size paper (8.5 x 11" in the U.S., A4 in Europe). All proprietary information should be marked as such.
Required Business Information
Number of Copies
Please submit one (1) electric copy of your response as follows:
All Capability Statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via e-mail) to Zachary Fetters, Contract Specialist, at zachary.fetters@nih.gov in MS Word or Adobe Portable Document Format (PDF). The email subject line must specify SBSS-75N93026R00006. Facsimile responses will not be accepted.
Common Cut-off Date
Electronically submitted tailored capability statements are due no later than 4:00 PM, EST on February 6, 2026. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED.
Disclaimer and Important Notes
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published at SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.