Opportunity

SAM #75N98026Q00339

NIH seeks renewal of Agilent iLab Core Facilities Management Software for multiple laboratory core facilities

Buyer

National Institutes of Health

Posted

May 08, 2026

Respond By

May 21, 2026

Identifier

75N98026Q00339

NAICS

513210, 511210

The National Institutes of Health (NIH), through the NIEHS Office of Scientific Computing, is seeking to renew its annual subscription for Agilent iLab Core Facilities Management Software to support multiple laboratory core facilities. - Procurement is for a 12-month license renewal, delivered electronically upon award - Subscription covers: - One regular size core facility - Three small size core facilities - User directory support for all iLab instances - Software enables equipment scheduling and usage reporting for: - Quality Assurance Laboratory - Fluorescence Microscopy Core Facility - Flow Cytometry Core Facility - Neurobehavioral Core Facility - Agilent Technologies is the sole source vendor, with iLab considered a cost-effective COTS solution - The government intends to solicit and negotiate only with Agilent Technologies unless other vendors demonstrate capability - Place of performance includes NIH facilities in Bethesda, MD and NIEHS core laboratories - Interested parties may submit quotations, but the government may proceed with a sole source award - Period of performance is 12 months, starting immediately upon award - Electronic delivery of licenses to the Contracting Officer Representative (COR)

Technical and Business Details: - OEM: Agilent Technologies - Product: iLab Core Facilities Management Software - Requirements: Integration with laboratory operations, support for ongoing experiments, user directory support - Estimated contract value: $20,000 - $50,000 (based on typical annual software subscription costs for multiple facilities) - No custom development; continuation of existing commercial solution

Locations: - NIH, Bethesda, MD (main federal facility) - NIEHS Quality Assurance Laboratory - Fluorescence Microscopy Core Facility - Flow Cytometry Core Facility - Neurobehavioral Core Facility - NIH/NICHD Office of Acquisitions, Bethesda, MD (contracting office)

Commercial Opportunity: - Sole source procurement, but other vendors may respond if they can meet requirements - Focus on software solutions for laboratory core facility management, scheduling, and reporting

Description

The National Institutes of Health – The NIEHS Office of Scientific Computing, on behalf of the Quality Assurance Laboratory and Fluorescence Microscopy, Flow Cytometry, and Neurobehavioral Core Facilities, requires subscription to iLab Core Facilities Management Software to facilitate equipment scheduling and enable auditing of intramural utilization of core services.

The main objective is to procure a software platform that facilitates equipment scheduling and usage reporting.   The program has identified Agilent iLab as a cost-effective COTS solution that would meet core laboratory needs.  The platform has been successfully in use for some years and during that time has continually provided the scheduling and auditing capabilities for which it was initially acquired.  iLab has been determined to be good value to the NIEHS (four intramural Core) Labs in comparison to other available COTS solutions as it provides significant savings over a custom-developed and maintained scheduling platform.

Losing access to these licenses will disrupt laboratory scheduling and reduce the accessibility of core facility instruments by NIEHS intramural researchers and thus ultimately ongoing experiments.

This proposed procurement is for supplies for which the government intends to solicit and negotiate on a sole source basis under the authority of FAR 6.302 to Agilent Technologies, located in Wilmington, DE. 19808.  In order to comply with the requirements in this Special Notice, the responses should be based on our interpretation of the general requirements provided in the SOW.

The proposed contract action is for a continuation of similar supplies which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotes. However, all quotes received within the time and date of publication of this notice will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a future competitive procurement.

HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and submit a price quotation by 4:00 pm, ET, May 21 26. Offerors may submit one copy of the quote to MOE FILALI by email. Electronic transmissions to Moe.Filali@nih.gov are preferable but must be timely. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.

The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).

Telecommunication Clause and Provision:

FAR 52.204–24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, and the clause at FAR 52.204–25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment as prescribed—

Section 889 of the NDAA for Fiscal Year 2019, includes two prohibitions in Section

889(a)(1)(A) and Section 889(a)(1)(B):

Primary Point of Contact:

MOE FILALI Contracting Office Address:  

NIH/NICHD Office of Acquisitions

6710B Rockledge Drive, Room 1145D

Bethesda, MD 20817

(w) 301.827 7737

Moe.filali@nih.gov

View original listing