Two (2) environmental DNA (eDNA) autosamplers with integrated sensors
ID: 1333MF25Q0081Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use (334512)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The National Oceanic and Atmospheric Administration (NOAA) is seeking bids for the procurement of two environmental DNA (eDNA) autosamplers with integrated sensors, aimed at enhancing fisheries and protected species research. These autosamplers are designed to improve efficiency and accuracy in data collection compared to existing methods. This solicitation is a total Small Business Set-Aside under NAICS code 334512, with quotes due by September 3, 2025, at 12:00 PM HST, and delivery required by September 30, 2025. Interested bidders must submit a Secure Software Development Attestation form due to the inclusion of software in the hardware, and can contact Stephanie M. Garnett at stephanie.m.garnett@noaa.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) 1333MF25Q0081, issued by the National Oceanic and Atmospheric Administration (NOAA) Pacific Islands Fisheries Science Center (PIFSC), seeks bids for two environmental DNA (eDNA) autosamplers with integrated sensors. These autosamplers are crucial for fisheries and protected species research, offering improved efficiency and accuracy over current methods. The solicitation is a total Small Business Set-Aside under NAICS code 334512, with a small business size standard of 650 employees. Quotes are due by September 3, 2025, at 12:00 PM HST, and delivery is required by September 30, 2025. Bidders must also provide a Secure Software Development Attestation form as the hardware includes software. The RFQ incorporates various FAR provisions and clauses, including those related to commercial items, offeror representations, and contract terms.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    Electronic Cooling Water System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center at Port Hueneme, is conducting a Sources Sought Notice to identify small businesses capable of providing an Electronic Cooling Water System and related commercial items. The procurement includes specific requirements for brand-name items such as storage bottles, buffer solution kits, conductivity standard solutions, portable multi-meters, and disposable wipes, all falling under NAICS code 334516. This initiative is crucial for ensuring the availability of essential analytical laboratory instruments, which play a significant role in supporting naval operations. Interested parties are encouraged to submit their company information, capabilities, and cost estimates by December 9, 2025, to the primary contact, Samantha Mangum, at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or by phone at 805-625-4875.
    Fleet Stability Software Support Services
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract for Fleet Stability Software Support Services to Herbert-ABS Software Solutions. The procurement aims to provide and maintain the CargoMax and HECSALV stability software for NOAA's fleet of 15 research and survey vessels, which includes initial installations, software maintenance, and updates to data files and vessel information. This software is critical for ensuring the operational stability and safety of NOAA's vessels, and the contractor will also be responsible for providing technical support, training for ship crews, and maintaining a secure distribution website. Interested parties who believe they can meet the requirements must submit a capability statement to the Contract Specialist, Tamara Horton, by December 8, 2025, at 12:00 PM EST.
    Buoy Services Wave Data Renewal
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking to procure Buoy Services Wave Data Renewal from the University of California San Diego, Scripps Institute of Oceanography, Coastal Data Information Division. This procurement is aimed at renewing a sole-source contract for continuous measurement of ocean conditions on the Sea Range, which is critical for accurately portraying conditions for live-fire test programs. The selected vendor will ensure the quality, accuracy, reliability, and schedule of the data provided. Interested firms that believe they can meet these requirements may submit a written response referencing solicitation number N6893626Q5039 within five days of this notice, and must be registered in the System for Award Management (SAM) database to engage in federal contracting.
    AB Assurance 1 PM plan for the DNA Analyzer 3730XL (UPG)
    Buyer not available
    The National Institutes of Health (NIH), specifically the Eunice Kennedy Shriver National Institute on Child Health and Human Development (NICHD), is seeking to award a sole-source contract for maintenance services for the DNA Analyzer 3730XL (UPG) from Life Technologies Corporation. The procurement involves a one-year maintenance service plan, known as the AB Assurance 1 PM plan, which is critical for ensuring the operational reliability of the DNA analyzer, a vital tool in genetic research and analysis. Interested vendors are invited to submit their quotations by December 14, 2025, at 12:00 PM EST, referencing solicitation number 75N94026Q00006, with evaluations focusing on technical capability and past performance. For further inquiries, vendors may contact Kelly Robinson at kelly.robinson@nih.gov or +1 301 435 2719.
    Eurofin's EvoCard for DNA Sequencing
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking to procure EVOcards from Eurofins Genomics through a sole-source acquisition due to urgent and compelling needs. These EVOcards are essential for acquiring oligonucleotides, synthesized genes, and sequencing reactions, which are critical for ongoing research in molecular biology, biotechnology, and DNA nanotechnology. The NRL requires a rapid 24-hour turnaround for these specialized products to avoid disruptions in vital research related to biothreats and emerging diseases, with Eurofins identified as the only viable source capable of meeting this requirement. For further inquiries, interested parties can contact Brandon Zellers at brandon.zellers@nrl.navy.mil.
    Steller Sea Lion Artificial Intelligence Image Processing and Counting Enhancement Effort
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole-source contract with Kitware, Inc. for the enhancement of artificial intelligence (AI) image processing and counting methods related to Steller sea lion populations in Alaska. The project aims to refine aerial imagery collection processes by improving existing detection and classification models, which are currently time-consuming and inaccurate, often relying on manual counting methods that can take up to four months. This initiative is crucial for effective conservation efforts, as it seeks to streamline monitoring processes and enhance data analysis capabilities for protected marine species. Interested vendors must submit their affirmative responses, demonstrating their understanding and capability to meet the requirements outlined in the Performance Work Statement, by 3:30 P.M. Pacific Standard Time on August 1, 2025, to Jamie Abu Shakrah at Jamie.AbuShakrah@noaa.gov.
    Service Agreement: ION Sequencing System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a service agreement for the ION Sequencing System, which includes maintenance and support for critical laboratory equipment. The contract will cover a one-year AB Assurance plan with Life Technologies/ThermoFisher Scientific, ensuring comprehensive service including parts, labor, travel for repairs, and priority technical support for the ION S5 XL and S5 Prime sequencers, as well as the Ion Chef system. This procurement is vital for maintaining the functionality of advanced sequencing equipment used in medical research, which supports various health-related studies. Interested vendors must submit their quotations by December 9, 2025, to Tina Robinson at robinsti@mail.nih.gov, referencing solicitation number 75N94026Q00008, and must comply with all applicable FAR clauses and requirements.
    Justification for an Exception to Fair Oppurtunity
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking justification for an exception to fair opportunity for an order exceeding the simplified acquisition threshold. This procurement involves general science and technology research and development services, which are critical for advancing NOAA's mission in environmental monitoring and research. The opportunity is based in Silver Spring, Maryland, and interested parties can reach out to Sarah Corey at sarah.corey@noaa.gov or Darrin S Moore at Darrin.Moore@noaa.gov for further details. Additional information can be found in the attached document.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.