System Maintenance and Repairs for Sympatec HELOS Particle-Size Analyzers Systems
ID: 12805B25Q0137Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFAGRICULTURAL RESEARCH SERVICEUSDA ARS PA AAO ACQ/PER PROPFORT COLLINS, CO, 80526, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified small businesses to provide system maintenance and repairs for three Sympatec HELOS Particle-Size Analyzer systems located in College Station, Texas. The procurement aims to ensure the functionality and compliance of these critical laboratory instruments, which are essential for ongoing research activities. Interested contractors must submit a comprehensive proposal detailing their approach, technician qualifications, and relevant experience, with a focus on price, technical quality, and past performance as evaluation criteria. Quotes are due by 8:00 a.m. Central Time on April 25, 2025, and must be sent via email to Shane Pope at shane.pope@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) details a federal requirement for the maintenance and repairs of three Sympatec HELOS Particle-Size Analyzer systems—H1780, H2441, and H4694—located at USDA ARS PA Aerial Application Technology Research in College Station, TX. The contractor must ensure these systems are serviced in compliance with warranty requirements, including on-site validation and recertification, all necessary parts, and labor. Key tasks include the replacement of hardware components, specifically for system H2441, which necessitates a new computer compatible with Sympatec integration. The contractor is tasked with validating the systems using certified calibration materials, updating the control software, and ensuring all necessary materials for validation are on hand. Services must be rendered within 90 days of contract approval, and travel costs to the research facility must be included in the proposal. Personnel must be U.S. citizens with appropriate identification, and electronic submissions should comply with designated information technology standards. This document serves to outline the necessary deliverables and requirements for interested contractors, reinforcing the government's focus on maintaining research capabilities through updated technology.
    The document primarily discusses government RFPs (Requests for Proposals) and grants at federal, state, and local levels, focusing on environmental and safety compliance in various projects. It highlights the importance of addressing hazardous materials, such as asbestos and lead-based paint, during pre-construction assessments. The findings from these surveys emphasize the need for careful management and remediation of potential hazards to protect public health and comply with regulations. Key components include the assessment procedures, identification of hazardous materials, and requirements for safe handling and abatement. The document underscores the necessity of integrating safety protocols and ensuring adherence to environmental standards throughout the project lifecycle. Furthermore, it highlights the critical role that thorough pre-alteration examinations play in maintaining safety standards and regulatory compliance, thereby facilitating the successful restoration or modification of properties under governmental oversight. Overall, the content serves to guide contractors and stakeholders involved in these projects to maintain compliance with safety regulations and environmental protections during construction activities, ultimately reflecting the government’s commitment to health and safety.
    The solicitation 12805B25Q0137 issued by the USDA Agricultural Research Service (ARS) aims to procure system maintenance and repairs for three Sympatec HELOS Particle-Size Analyzer systems. This request is set aside 100% for small businesses and requires registration with the System for Award Management (SAM) prior to proposal submission. The maintenance services must be conducted by a certified Sympatec engineer and include travel, labor, and parts. Responses are due via email by April 25, 2025. The evaluation criteria will prioritize price, technical quality, and past performance, following a Lowest Price Technically Acceptable (LPTA) method. Offerors are required to provide a comprehensive proposal, detailing their approach, technician qualifications, and relevant experience. Additionally, offerors must confirm compliance with various Federal Acquisition Regulation (FAR) clauses, ensuring ethical and regulatory standards are met. The document underscores the USDA's commitment to utilizing small businesses for government contracts while maintaining the integrity and functionality of essential laboratory equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Table-Top Free Space Measuring System - USDA-ARS Auburn AL
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (USDA-ARS), is seeking information from qualified sources regarding a specialized Table-Top Free Space Measuring System to be utilized at the National Soil Dynamics Laboratory in Auburn, Alabama. The procurement aims to acquire a microwave instrument capable of measuring reflection and transmission data without damaging the samples, with specific requirements including a small frame for various specimen types, frequency range capabilities, and software for calculating S-parameters. This opportunity is part of a market research effort and is set aside for small businesses, including HUBZone, service-disabled veteran-owned, and woman-owned businesses, with responses due to the primary contact, Theodore Blume, at Theodore.Blume@usda.gov. Interested vendors should submit their capability statements detailing their qualifications and relevant experience by the specified deadline.
    Soybean Meal
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking quotations for 400 tons of Solvent Extracted High Protein Soybean Meal under Solicitation Number 1232SA26Q0028. The procurement requires specific protein, fiber, fat, and ash content specifications, with delivery expected by January 18, 2027, to the USMARC facility in Clay Center, Nebraska. This acquisition is crucial for supporting agricultural research and development, and it is set aside exclusively for small business concerns, with evaluation criteria based on the lowest price technically acceptable. Interested vendors must submit their quotes, including detailed pricing and compliance with specifications, by December 16, 2025, and can direct inquiries to Brian Brusky at brian.brusky@usda.gov or call 608-215-2837.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    TX Bio Mermade PMA
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Tx. Bio LLC for Equipment Maintenance Services related to the TX Bio Mermade PMA. This procurement is necessary as Tx. Bio LLC holds exclusive maintenance agreements for the equipment in question, which is critical for ongoing research and development in biotechnology. Interested parties are invited to express their interest and capability to respond to this requirement, with all responses due by COB on December 30, 2025, to contract specialist Aminah A. Gary at uuu0@cdc.gov. The government reserves the right to determine whether to proceed with a competitive procurement based on the responses received.
    Bruker MALDI Biotypher system maintenance agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price maintenance contract to Bruker Scientific LLC for the maintenance of the Bruker MALDI Biotypher system. This contract aims to ensure preventative and remedial maintenance services within the Division of Core Laboratory Services and Responses (DCLSR) to comply with the Quality Management System (QMS) requirements. The anticipated period of performance for this contract is from January 17, 2026, to January 16, 2027, highlighting the importance of maintaining critical laboratory equipment for public health initiatives. Interested vendors are encouraged to express their interest and capability by submitting proposals to the primary contact, Ronalda Ohio, at uex0@cdc.gov, by 5:00 PM (ET) on December 31, 2025.
    Phenom XL G3 SEM or equivalent
    Energy, Department Of
    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a Phenom XL G3 Scanning Electron Microscope (SEM) or an equivalent domestic model. This equipment is essential for the Enrichment Science and Engineering Division, which requires advanced microscopy capabilities for analytical purposes, including high magnification and elemental analysis. Proposals must be submitted by December 18, 2025, with a focus on the lowest priced, technically acceptable offer, and interested parties should direct inquiries to Brittany Waring at waringbc@ornl.gov. The procurement is not set aside for small businesses, and the NAICS code for this opportunity is 334516.
    intoxilyzer maintenance and training
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the maintenance and training of Intoxilyzer 9000 Breath Alcohol Testing instruments at Fort Hood, Texas. The procurement involves a firm-fixed-price, multi-year contract that requires the contractor to perform monthly inspections, preventative maintenance, and ensure compliance with relevant Texas regulations, including reporting any equipment failures within 24 hours and responding to emergencies within 48 hours. This service is critical for maintaining the operational integrity of breath alcohol testing equipment used in law enforcement and public safety. Interested small businesses must submit their responses, including company details and small business status, to the primary contact, SSG Jeffrey Marlon, at marlon.c.jeffrey.mil@army.mil by the specified deadline, as this is a Sources Sought Notice and not a Request for Proposal.
    Sources Sought Notice to obtain instruments and reagents to perform automated microbial identification and susceptibility testing for the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West, is seeking potential sources for instruments and reagents necessary for automated microbial identification and susceptibility testing at the Brooke Army Medical Center (BAMC) in Texas. The procurement aims to fulfill specific requirements for automated mass spectrometry rapid microbiology identification testing, antimicrobial susceptibility testing, and biochemical identification testing, with a base performance period from October 1, 2026, to September 30, 2031. This initiative is critical for maintaining high standards in laboratory services, ensuring rapid and accurate testing capabilities for various microorganisms. Interested vendors must respond to this Sources Sought Notice by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.