Renewal of the LabX Application/Software Maintenance Plan
ID: 15DDHQ25Q00000022Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATION

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - DATA CENTER PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7C20)
Timeline
    Description

    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking to renew the LabX Application/Software Maintenance Plan (SMP) to ensure continued support and maintenance for its LabX software. This procurement is essential for the DEA's Information Systems Division, as the SMP provides access to software updates, new features, and dedicated customer support, which are critical for the effective operation of the LabX networked lab environment. The DEA has determined that Mettler Toledo is the sole source for these services due to the proprietary nature of LabX, and market research confirmed that no alternative vendors can meet these specific maintenance requirements. Interested parties can contact Kathrine Leach at kathrine.r.leach@dea.gov or call 571-776-2381 for further information. Offers for the associated solicitation are due by January 21, 2025, with the performance period extending from January 28, 2025, to January 27, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The Limited Source Justification document outlines the need for renewing the maintenance plan for the LabX software, which is essential for the Information Systems Division of a federal agency. The agency identifies Mettler Toledo as the sole source for the necessary licenses and support services for LabX, given its proprietary nature. The justification highlights the comprehensive support provided under the Service Maintenance Plan, which includes software updates and dedicated customer support exclusively for active subscribers. Conducted market research indicated no alternative vendors could fulfill these specific maintenance requirements, affirming Mettler Toledo's unique qualifications. The ordering officer determined that engaging Mettler Toledo represents the best value for the agency’s needs. Additionally, there is a commitment from the agency to continue monitoring the market for potential competitors to foster future competition. The document concludes with certifications from various officials asserting the accuracy and sufficiency of the justification for this procurement action.
    The document is a solicitation for commercial products and services issued by the DEA, identified as solicitation number 15DDHQ25Q00000022. The primary purpose is to invite offers for four software care service plans, which span a performance period from January 28, 2025, to January 27, 2026. Offers are due by January 21, 2025, and the solicitation encourages participation from small business entities, including HUBZone and women-owned businesses. Key elements include detailed instructions for offerors regarding submission and compliance with federal acquisition regulations, including specific clauses related to telecommunications service restrictions and national security assessments. Furthermore, it outlines evaluation criteria based on technical capability and past performance, factors in the decision-making process for contract award. The document underscores the government's commitment to national security and procurement integrity while ensuring compliance with various statutory mandates and procurement guidelines. Overall, this RFP is part of a broader effort by the federal government to secure essential software maintenance services while facilitating participation from diverse small business sectors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    NOTICE OF INTENT TO SOLE SOURCE - NPMS
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source contract for annual preventative maintenance services for the Negative Pressure Mail Suite (NPMS) at its warehouse facility in Springfield, Virginia. The contract, which will be awarded to American Safe Air, the original equipment manufacturer, includes quarterly preventative maintenance, inspections, and repairs of various components of the NPMS, which is critical for processing incoming mail for bio-hazardous and physical threats. Interested parties who believe they can provide the required services are encouraged to contact Teresa Roshau-Delgado by December 18, 2025, at 10:00 AM EST, as the procurement will follow FAR Part 13 procedures and is not open for competitive quotations.
    J--Notice of Intent to Sole Source - AB Sciex LLC
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) has issued a Notice of Intent to Sole Source for a Service Maintenance Agreement for the Sciex System X500R and associated nitrogen generator. This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory equipment used in environmental analysis and research. The maintenance services are essential for the upkeep of instruments that play a vital role in the EPA's mission to protect human health and the environment. Interested parties can reach out to Pam Daggs at Daggs.Pam@epa.gov or call 580-436-8511 for further details regarding this opportunity.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Justice, Department Of
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    Life Technologies AB Assurance Maintenance Warranty Plan
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide a Life Technologies AB Assurance Maintenance Warranty Plan for the U.S. Army Criminal Investigation Laboratory (USACIL) and the Forensic Exploitation Department (FXD). This non-personnel services contract requires annual preventive maintenance and repair of Life Technology instruments, ensuring compliance with FBI Quality Assurance Standards and ISO 17025 for effective DNA processing. The contractor will be responsible for all necessary personnel, equipment, and supplies, while the government will provide certain facilities and materials. Interested parties can contact Maria Campbell at maria.campbell14.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil for further details. The contract is set to commence on January 1, 2026, and run through December 31, 2026.
    Bruker timsTOF Pro mass spectrometer and nanoElute UPLC system annual maintenance service 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 contract to Bruker Scientific LLC for an annual maintenance service agreement for the Bruker timsTOF Pro mass spectrometer and nanoElute UPLC system. This contract will cover preventative and remedial maintenance services necessary for compliance with the Quality Management System (QMS) within the Biotechnology Core Facility Branch (BCFB), ensuring the operational integrity of critical analytical equipment used for proteomics analysis. The anticipated period of performance for this contract is from February 2, 2026, to February 1, 2027, with two optional one-year extensions available. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at uex0@cdc.gov by 5:00 PM (ET) on December 26, 2025.
    KNIME Data Science Platform Renewal
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, intends to negotiate a sole source contract for the renewal of the KNIME Data Science Platform. This procurement involves a 12-month license for KNIME Business Hub products, which are uniquely suited to meet the specific software requirements of the NIEHS. The software is critical for data science applications within the agency, and the government has determined that only KNIME INC can fulfill this need. Interested parties that believe they can meet these requirements may submit a capability statement to Joseph Williams at joseph.williams2@nih.gov by December 17, 2025, at 12:00 PM EST, although this is not a solicitation for quotes.
    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.
    RxNT and Electronic Prescribing of Controlled Substance (EPMCS) Subscription - Justification and Approval (J&A)
    State, Department Of
    The Department of State is seeking to justify the continued sole-source procurement of RxNT's Electronic Prescribing of Medications, including Controlled Substance (EPMCS) Subscription Services, through a Justification and Approval (J&A) notice. This procurement is essential for the Bureau of Medical Services (MED), which relies on RxNT's unique qualifications and proprietary system that supports over 300 providers globally, ensuring critical 24/7 application support for 20,000 Foreign Service Officers and their families. Transitioning to a different provider would result in significant service disruptions, as RxNT's system offers integrated cross-credentialing and global prescription capabilities that are unmatched by competitors. For further inquiries, interested parties may contact Robin Guillie at guillierl@state.gov or Annie Harlow at harlowal@state.gov.
    Qiagen CLC Workbench Software Licenses
    Health And Human Services, Department Of
    The National Institute of Environmental Health Sciences (NIEHS), part of the Department of Health and Human Services, intends to negotiate a sole source contract for a 12-month license of Qiagen CLC Workbench software with QIAGEN LLC. This software is uniquely required for the NIEHS's specific research needs, and the procurement is being conducted under the authority of 41 U.S.C. 1901, as outlined in FAR 13.106-1(b)(1), which allows for a sole source acquisition when only one responsible source is available. Interested parties that believe they can meet the requirements are invited to submit a capability statement via email to Joseph Williams by December 17, 2025, at 12:00 PM EST, although this notice is not a solicitation for quotes. For further inquiries, contact Joseph Williams at joseph.williams2@nih.gov or Melissa Gentry at gentry1@niehs.nih.gov.