Notice of Intent to Sole Source to HEL Inc.
ID: N0017325NOIGF02Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
  1. 1
    Posted Oct 31, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 31, 2024, 12:00 AM UTC
  3. 3
    Due Nov 15, 2024, 3:00 PM UTC
Description

The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to sole source a BioXplorer 400 system from HEL Inc. for its biomanufacturing research efforts. This specialized gas fermentation platform is required to integrate seamlessly with existing HEL Inc. equipment and must feature four independently controlled reactors capable of managing multiple gas streams, including hydrogen. The procurement process is justified under federal regulations that permit negotiation with a single source due to the unique specifications of the equipment, emphasizing the importance of compatibility and performance in advancing NRL's research capabilities. Interested vendors may submit capability statements to Graham W.J. Fisher at graham.w.fisher.civ@us.navy.mil, although this does not guarantee a competitive procurement process.

Point(s) of Contact
Files
Title
Posted
Oct 31, 2024, 3:48 PM UTC
The Notice of Intent outlines the procurement process for a specialized BioXplorer gas fermentation platform manufactured by HEL Inc. The government seeks to issue a firm fixed price Purchase Order for the acquisition of a BioXplorer 400, which will integrate with existing HEL Inc. equipment. The solicitation is classified under laboratory instruments and utilizes specific federal regulations that allow negotiation with only one source due to the unique specifications of the equipment. The BioXplorer platform includes four independently controlled reactors, capable of handling multiple gas streams simultaneously, including hydrogen. Its modular design permits future expansions, such as adding more reactors or gas monitoring tools. Interested parties are invited to submit capability statements showing reasons why competition would benefit the government, although a response does not guarantee a competitive procurement. The government retains discretion over whether to pursue competition based on the submitted evidence and emphasizes that no costs incurred by interested parties will be reimbursed. The primary point of contact for the notice is Graham Fisher at the Naval Research Laboratory.
Oct 31, 2024, 3:48 PM UTC
The Naval Research Laboratory (NRL) is seeking a Fermentation System to support its Research Division's biomanufacturing efforts. The need arises due to current limitations in available fermentation systems that hinder the throughput essential for meeting program milestones. The desired system must have four independent 1-liter fermentation vessels, with a substantial headplate, capable of precise control over temperature, liquid, and gas inputs. Key requirements include the capability to monitor various parameters like pH, dissolved oxygen, and pressure, and compatibility with existing software (WinISO) and accessory equipment (pH and dissolved oxygen probes). The system must also fit within a specified bench space and meet laboratory utility standards. A complete one-year warranty on parts is also required. This RFP highlights the NRL's commitment to advancing biomanufacturing research by upgrading essential laboratory equipment to meet increasing demands.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
Compact HLG Technology
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking sources for the development of Compact HLG Technology, including prototyping capabilities. This sources sought notice aims to assess the industrial capability of potential contractors to fulfill this requirement, which is critical for advancing national defense research and development initiatives. Interested firms are encouraged to submit a capability statement detailing their experience and qualifications, as the government intends to procure on a Cost-Plus Fixed Fee basis, potentially with Knobley Technical Associates. Responses must be submitted within 10 days of the notice publication, and inquiries can be directed to Julie Dack at julie.j.dack.civ@us.navy.mil or Joel Ashworth at joel.b.ashworth.civ@us.navy.mil.
InGas Sensor
Buyer not available
The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for an InGas Sensor to Axioma Optics, Inc., located in Somerville, MD. This procurement is being conducted under Simplified Acquisition Procedures, as the requirement is expected to be below the $250,000 threshold, and only one responsible source is deemed capable of fulfilling the agency's needs. The InGas Sensor is critical for optical instruments and test equipment, falling under the NAICS code 423490 and PSC code 6650, which are essential for various defense applications. Interested parties have three calendar days from the notice publication to express their interest and capability, with inquiries directed to Natalie Waugh at natalie.f.waugh.civ@us.navy.mil, referencing Notice of Intent number N00173-25-Q-0019.
Fronius Wire Arc Hybrid Manufacturing (WAHM) system
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure a Fronius Wire Arc Hybrid Manufacturing (WAHM) system on a sole-source basis from Phillips Corporation, Federal Division. This procurement aims to integrate the WAHM system into an existing Haas VF-5 Vertical Mill, which is critical for enhancing manufacturing capabilities at NAWCAD Lakehurst, NJ. The acquisition is being conducted under the authority of 10 USC 3204(a)(1) and FAR 6.302-1, emphasizing the specialized nature of the equipment required. Interested parties may submit responses within ten days of this notice, although no solicitation package will be available, and the decision to open the requirement to competition rests solely with the Government. For further inquiries, contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or call 240-577-5754.
Notice of Intent - Sole Source - 4D Technologies
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure a 4D InSpecXL Surface Gage and BackPack Kit with Surface Pro from 4D Technologies on a sole source basis. This procurement is justified due to the unique capabilities and proprietary rights associated with the InSpecXL system, which is essential for accurate surface profile measurements in challenging field conditions, thereby enhancing maintenance management decisions without the need to dismantle operational assets. The acquisition underscores the importance of specialized technology in military applications, ensuring efficiency and data accuracy in maintenance practices. Interested parties must submit their capabilities statements by 12:00 PM ET on April 16, 2025, to Steven Besanko at steven.besanko@navy.mil, as this notice is not a request for competitive quotes.
66--Special Notice of Intent to Sole Source Award
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Smith-Root, Inc. for the procurement of eDNA compact filtration units essential for maintaining sample integrity and logging metadata. This acquisition is critical for the Environmental DNA metabarcoding program, as Smith-Root is the sole manufacturer of the required filtration units, which are necessary for the operational needs of multiple Fish and Wildlife Conservation Offices (FWCOs). The urgency of this procurement stems from the need to avoid delays associated with validating alternative products, which have been deemed less compatible and more costly. Interested parties may submit capability statements via email to Carter Duke at carterduke@fws.gov, but no telephone inquiries will be accepted.
Two Photon Polymerization Laser Lithography (2PPLL) 3D Printer System
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is seeking proposals for a Two Photon Polymerization Laser Lithography (2PPLL) 3D Printer System designed for the production of optical components such as metalenses and 3D-metamaterials. The procurement requires a system that meets stringent specifications, including the use of a 780 nm femtosecond pulsed laser, the ability to achieve surface roughness below 10 nm, and the capability to print structures with lateral resolutions under 200 nm, while also supporting various materials and operating without resin baths on substrates up to 6 inches in diameter. This initiative underscores the government's commitment to advancing laser lithography technology for optical applications, ensuring robust support and compliance with cleanroom standards. Interested vendors must submit their proposals, including technical and price quotations, by the specified deadline, and can direct inquiries to Maximilian Fritts at maximilian.r.fritts.civ@us.navy.mil or Jamie Dixon at Jamie.Dixon@nrl.navy.mil.
44--HYDROGEN DEMISTER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking eligible contractors to procure 73 units of a Hydrogen Demister, identified by NSN 7H-4420-015961257 and part number B-28784-ME. The procurement requires contractors to provide labor, materials, and facilities necessary for the delivery of these items to designated locations in Pennsylvania and California. This equipment is crucial for applications involving heat exchangers and steam condensers, and the government intends to negotiate with a single source, MECS INC, under the authority of FAR 6.302-1. Interested parties must submit capability statements within 15 days of this notice, and for those not already approved as sources, additional documentation is required as outlined in the NAVSUP-WSS Source Approval Information Brochure. For further inquiries, contractors can contact Vladimir Maksimchuk at vladimir.maksimchuk@navy.mil or by phone at (215) 697-3533.
16--NRP,PLENUM,INLET
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure 10 units of the NRP Plenum Inlet, identified by NSN 1R-1680-016106315-P8 and reference number 5850384-1. Due to the lack of available data for competitive acquisition, the government intends to solicit and negotiate with only one source under FAR 6.302-1, emphasizing the critical nature of the item which requires government source approval prior to contract award. Interested parties must submit their interest and capability statements within 45 days of this notice, and all proposals must include necessary documentation for source approval as outlined in the NAVSUP WSS Source Approval Information Brochures. For further inquiries, contact Alexis T. Hoepfl at (215) 697-5072 or via email at ALEXIS.T.HOEPFL.CIV@US.NAVY.MIL.
In accordance with FAR 6.302-1, NAVSUP Fleet Logistics Center Norfolk, Groton Office intends to award a Sole Source Firm Fixed Price Contract to Custom Design and Fabrication, LTD.
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Custom Design and Fabrication, LTD. for the provision of Monkey Heater Parts, Components, and Training. This procurement is being conducted in accordance with FAR 6.302-1, which allows for sole source contracts when only one source is deemed capable of fulfilling the requirements. The goods and services sought are critical for maintaining operational readiness and functionality within the Navy's logistics framework. Interested parties wishing to challenge this sole source determination must submit their written challenges, including sufficient information to demonstrate the existence of an equivalent service, to kelly.polson@navy.mil for consideration by the Government.