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.
NWS Pacific Region HOGEN Supplies
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Proton Energy Systems, Inc. for the procurement of spare parts and supplies for their Hydrogen Gas Generator (HOGEN) network, specifically for delivery to Honolulu, HI. This procurement is essential for maintaining the functionality and safety of the existing hydrogen generators used by the National Weather Service (NWS) Pacific Region, as only Proton Energy Systems manufactures the compatible parts required for these systems. Interested firms that believe they can meet the government's requirements may submit documentation to the primary contact, Stephanie Mas, at STEPHANIE.MAS@NOAA.GOV within 15 days of this notice, although no solicitation package is available, and the delivery is expected within 280 days from the award date.
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.
Notice of Intent to Sole Source, Additional Components for HAAS Toolroom CNC Mill System and Meltio System for ERDC GSL
Buyer not available
The U.S. Army Corps of Engineers Research and Development Center (ERDC) intends to issue a sole source award to Phillips Corporation for additional components related to its HAAS Toolroom CNC Mill System and Meltio System. The procurement includes specific items such as an SMC Chiller, Laser Alignment Camera Calibration System, External Wirefeeder Stand, and maintenance services, all of which must be compatible with existing equipment previously supplied by Phillips Corporation. This procurement is critical as Phillips Corporation is the only authorized vendor capable of providing the necessary components and installation services due to their unique knowledge of the systems. Interested parties may submit capability statements or proposals to Jennifer Hoben at Jennifer.Hoben@usace.army.mil or David Ammermann at David.G.Ammermann@usace.army.mil by 1:00 PM CST on April 17, 2025, for consideration in determining whether to conduct a competitive procurement.
Thermo Fisher Scientific Niton XL5 Handheld X-Ray Fluorescence (XRF) Analyzer
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), intends to award a sole-source contract to Thermo Fisher Scientific, Inc. for a one-year service plan for the Thermo Fisher Scientific Niton XL5 Handheld X-Ray Fluorescence (XRF) Analyzer. This contract will cover all Tier 1 and Tier 2 repairs, Tier 3 repairs at a discounted rate, and include a service loaner during repairs, along with full factory recalibration and certification within the service period. The XRF Analyzer is crucial for physical properties testing and inspection, ensuring compliance with operational standards. Interested parties must submit their capabilities documentation by April 17, 2025, at 12:00 PM PST, to James Kibbee at james.a.kibbee.civ@us.navy.mil, as responses will inform the government's decision on whether to conduct a competitive procurement.
Platinum Pro Instrument
Buyer not available
The Department of Defense, through the Naval Health Research Center (NHRC), intends to award a sole-source contract for the procurement of a Platinum Pro Instrument, which is essential for next-generation protein sequencing. This contract will be awarded to Quantum SI, located in Branford, CT, and includes a 12-month manufacturer's warranty along with Platinum® Analysis Software and cloud data storage. The procurement is classified under the NAICS code 334516, and all interested vendors must be registered with the System for Award Management (SAM) to be eligible for the award. For further inquiries, interested parties can contact Nick Clarke at nicholas.k.clarke.civ@health.mil or Gaye Jordan at gaye.j.jordan.ctr@health.mil.
VibControl System
Buyer not available
The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for a VibControl System to M+P International Inc of Verona, NJ. This procurement is aimed at fulfilling specific requirements that only one responsible source can satisfy, emphasizing the unique capabilities of the VibControl System in measuring, displaying, and controlling industrial process variables. The contract will be executed under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties have one calendar day from the publication of this notice to express their interest and capability. For further inquiries, interested vendors can contact Natalie Waugh at natalie.f.waugh.civ@us.navy.mil or by phone at 202-923-1538, referencing Notice of Intent number N00173-25-Q-0043.
NRL AMPLIFIER REPAIR
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source contract to Applied Systems Engineering, Inc. for amplifier repairs. This procurement is critical for maintaining the operational integrity of electronic and precision equipment, as the repairs will support ongoing research and development efforts at NRL. The contract will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and interested parties have 15 calendar days from the publication of this notice to express their capability to fulfill the requirements. For further inquiries, interested vendors can contact Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil or by phone at 202-923-1451.
Compact HLG Technology
Buyer not available
The Department of Defense, specifically 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 by responding to solicitation number N6893625R0029 within 10 days of this notice. For further inquiries, potential respondents may contact Julie Dack at julie.j.dack.civ@us.navy.mil or Joel Ashworth at joel.b.ashworth.civ@us.navy.mil.
Gaseous Helium (GHe) for Navy Diving Unit, Panama City, FL
Buyer not available
The Defense Logistics Agency (DLA) Energy is seeking sources for the provision of Gaseous Helium (GHe) to the U.S. Navy Experimental Diving Unit located in Panama City, Florida. The procurement involves delivering Gaseous Helium conforming to specific military specifications, along with ancillary services such as cascading of trailers for efficient gas transfer. This requirement is critical for supporting Navy diving operations and is anticipated to span five years, from February 1, 2026, to January 31, 2031, with an estimated total quantity of 1,500,000 cubic feet of GHe. Interested vendors must submit their capability statements by April 23, 2025, to the designated contacts, Leno Smith and Sarah Ramseur, at the provided email addresses.