D-25-L3-0008
Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATIONHEADQUATERSSPRINGFIELD, VA, 22152, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

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

    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking to procure maintenance services and parts for the Gas Chromatography-Mass Spectrometry (GCMS) system manufactured by Agilent Technologies, Inc. The procurement aims to diagnose electronic issues, replace necessary parts, and ensure the continued functionality of this critical analytical equipment, which is essential for the DEA's operations. Due to Agilent's exclusive rights to service its equipment, the DEA intends to award a firm-fixed price sole source order, with a monetary threshold between $10,000 and $250,000, confirming that no other vendors are authorized to perform the required work. Interested parties capable of providing these services must submit their capability statements electronically to Ms. Angel Barkley at angel.d.barkley@dea.gov by April 17, 2025, at 2:00 PM EST for consideration.

    Point(s) of Contact
    Ms. Angel Barkley
    angel.d.barkley@dea.gov
    Files
    Title
    Posted
    The document outlines a Sole Source Justification for a procurement related to the GCMS system, specifically for diagnosis and repair services from Agilent Technologies, which holds exclusive rights to service its equipment. It specifies that due to Agilent's sole ownership of the system, market research confirms that no other vendors are authorized to perform necessary work. The procurement delineates a monetary threshold of $10,000 to $250,000, indicating that less than three sources were solicited as per FAR guidelines, validating that Agilent is the only supplier meeting the government's requirements. The document ensures compliance with federal acquisition rules, mandating the justification be publicly disclosed for orders exceeding $25,000. The contracting officer asserts that no orders will proceed unless pricing is deemed fair and reasonable. Ultimately, this documentation serves to fulfill regulatory requirements while ensuring the continuity of specialized services for government operations reliant on Agilent's technology.
    Lifecycle
    Title
    Type
    D-25-L3-0008
    Currently viewing
    Special Notice
    Similar Opportunities
    Spectrometers Service Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a single-source service contract for annual preventative maintenance and repairs on two Agilent spectrometers at the Red River Army Depot in Texarkana, Texas. The contract will cover maintenance for the Agilent 900 Mass Spectrometer (MS) and the Agilent 5800 Optical Emissions Spectrometer (OES), which are critical for analytical laboratory operations. Due to the proprietary nature of Agilent's replacement parts and technical data, the procurement will be conducted non-competitively under the authority of 10 U.S.C. 2304(c)(1). Interested parties may direct inquiries to Vanessa Buster at vanessa.k.buster.civ@army.mil or call 571-588-1506 for further information.
    Request for Information (RFI) - Agilent Services
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.
    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.
    Agilent Fragment Analyzer (96 capillary) and Femto pulse instruments
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) is planning to award a sole source firm fixed price maintenance contract to Agilent Technologies for the preventative and remedial maintenance of the Agilent Fragment Analyzer (96 capillary) and Femto pulse instruments used in the Biotechnology Core Facility Branch. This contract aims to ensure compliance with the Quality Management System (QMS) requirements, highlighting the critical role these instruments play in ongoing research and development in biotechnology. 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 31, 2025.
    AB SCIEX MDQ PLus
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is planning to award a sole source firm fixed price contract for the maintenance of AB Sciex PACE MDQ Plus Capillary Systems. This contract will cover preventative and remedial maintenance, as well as software upgrades, to ensure compliance with the Quality Management System (QMS) requirements within the Biotechnology Core Facility Branch (BCFB). The anticipated period of performance for this contract is from January 17, 2026, to January 16, 2027, with the possibility of four additional one-year option periods. 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.
    Notice of Intent to Sole Source a Thermo Orbitrap Fusion Lumos and Thermo RSLCnano UPLC Maintenance Agreement
    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 Thermo Electron North America LLC for an annual maintenance agreement for a Thermo Orbitrap Fusion Lumos mass spectrometer and a Thermo RSLCnano UPLC system. This procurement is essential as these highly complex instruments require specialized service and maintenance, which can only be provided by Thermo Electron North America due to their proprietary parts and exclusive service capabilities. The anticipated period of performance for this contract is from January 1, 2026, through December 31, 2028, with interested vendors encouraged to submit their interest and capability to respond to the requirement by emailing Denedra Hardy at qfa5@cdc.gov by December 24, 2025.
    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.
    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.
    Sole Source to MA Tech Services Inc. - Spectrometer Maintenance and One Option Year
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking a sole-source contract with MA Tech Services Inc. for the maintenance of spectrometers, including an option for one additional year of service. This procurement is justified as MA Tech Services Inc. is the original manufacturer and the only qualified provider capable of ensuring optimal system performance, thereby preventing costly delays or errors. The contract will adhere to federal acquisition regulations and emphasizes the importance of cybersecurity and compliance with defense-related standards. Interested parties can reach out to Terra Roberts at terra.s.roberts.civ@us.navy.mil or Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil for further details, and all quotes must be submitted by the specified deadline along with required supporting documents.
    Mobile Chemical Agent Detector (MCAD) Systems Maintenance & Support Services contract
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking to award a Firm-Fixed Price contract for the maintenance and support services of Mobile Chemical Agent Detector (MCAD) systems. The contractor will be responsible for troubleshooting, repair, and testing of MCAD equipment, including technical support, software installation, periodic system checks, and sensor upgrades, ensuring the operational readiness of the equipment. This contract is being pursued on a sole source basis with MESH, Inc., the original equipment manufacturer, due to the proprietary nature of the technology involved. Interested parties must submit their responses by December 30, 2025, at 4:00 PM to the designated contacts, Jessica Quell and Devon Gormley, via the provided email addresses.