Notice of Intent; Level 4 Service Agreement for MVS-500 Instruments
ID: SHOPPR25001403Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONDIVISION 0700QUANTICO, VA, 22135, 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 Federal Bureau of Investigation (FBI), intends to negotiate a sole-source contract for a Level 4 Service Agreement with Advanced Instruments, LLC for their Multichannel Verification System (MVS-500). This service agreement is crucial for the FBI's Laboratory Division, as it ensures the accuracy and reliability of liquid handling robots used in DNA sample preparation, thereby complying with the FBI’s Quality Assurance Standards. The contract will cover essential services such as annual calibration recertification and preventive maintenance for three MVS instruments, reflecting the FBI's commitment to operational integrity in forensic analysis. Interested vendors may submit capability statements or proposals to Bryan Lane at bvlane@fbi.gov by March 20th, 2025, although Advanced Instruments is currently the only capable source for this requirement.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Bureau of Investigation (FBI) seeks to justify a sole-source purchase of a Level 4 Service Agreement with Advanced Instruments, LLC for their Artel Multichannel Verification System (MVS). This agreement is essential for the Laboratory Division's DNA processing units, ensuring the accuracy and reliability of liquid handling robots used in DNA sample preparation. The MVS-500 plays a critical role in verifying the precision of the robots' pipetting, complying with the FBI’s Quality Assurance Standards. As Advanced Instruments is the sole manufacturer and service provider, no market competition exists. The FBI plans to post a Notice of Intent on SAM.gov to allow other vendors to express interest, although Advanced Instruments remains the only capable source. The agreement includes services such as annual calibration recertification and preventive maintenance for three MVS instruments. The Contracting Officer will confirm the fairness of the proposed pricing before awarding the contract. The initiative reflects the FBI’s commitment to operational integrity and efficiency in handling DNA samples, ensuring both compliance and accuracy in forensic analysis.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Soliciting From Single Source (Carl Zeiss Service Agreement)
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting a service agreement from a single source for maintenance and repair of electronic and precision equipment. This procurement is aimed at ensuring the operational readiness and reliability of critical instruments and laboratory equipment used by the FBI, particularly at their facility in Quantico, Virginia. The service agreement is vital for maintaining the functionality of specialized equipment that supports various investigative and operational activities within the bureau. Interested parties can reach out to Caleb Weeks at clweeks@fbi.gov for further details regarding this opportunity.
    Notice of Intent; Resodyn LabRAM II Bench Top Mixing System
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to procure a Resodyn LabRAM II Bench Top Mixing System on a sole-source basis from Resodyn Acoustic Mixers, Inc. This procurement is essential for the Terrorist Explosive Device Analytical Center (TEDAC) to safely handle hazardous materials and efficiently process sensitive materials for explosive analysis. The acquisition follows the failure of a previous mixer and is justified due to the unique capabilities of Resodyn, which is the sole manufacturer of the required technology. Interested parties must submit their capability statements by 10:00 AM (EST) on March 19, 2025, via email to Bryan Lane at bvlane@fbi.gov, as the FBI seeks to assess potential competition for future acquisitions.
    Notice of Intent - Total Machine, LLC
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source, fixed price contract with Total Machine, LLC for the procurement of mechanical parts essential for their operations. The FBI has determined that only Total Machine possesses the unique capabilities required to fulfill the specific needs of this contract, as they can efficiently process all requested parts simultaneously, unlike other vendors who cannot meet the full requirements. Interested parties are encouraged to express their interest and capabilities to Allison E. Stecher via email by March 19, 2025, at 12:00 PM Eastern, as the government will consider responses solely for the purpose of determining whether to conduct a competitive procurement. Vendors must also ensure their registration in the System for Award Management (SAM) is current to be eligible for government contracts.
    RFI - 15F067LD - Intelligence Services
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking qualified vendors to provide operational intelligence services in support of the Laboratory Intelligence Unit (LIU). The procurement involves a Labor Hour Contract for roles including Intelligence Analysts II and III, as well as a Program Manager, primarily based in Huntsville, Alabama, with potential assignments at other FBI facilities. This initiative aims to enhance the FBI's analytical capabilities to address national security threats through data analysis and intelligence product development. Interested firms are invited to submit capability statements by April 3, 2025, to designated FBI officials, with no obligation for contract award based on responses. For further inquiries, contact Magen McKeithen at mlmckeithen@fbi.gov or Stevon Walker at swalker4@fbi.gov.
    QIAGEN, LLC Establishment of Preventative Maintenance and Service Agreement
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to establish a preventative maintenance and service agreement with QIAGEN, LLC for specific laboratory instruments located in Bethesda, Maryland. The procurement aims to ensure optimal functioning of the QI Acuity One, QI Agility, and QI Symphony SP instruments through a fixed-price contract that will provide factory-trained personnel for both preventative and remedial maintenance. This maintenance agreement is crucial for preventing costly repairs and ensuring the reliability of laboratory operations. Interested parties may express their interest and capabilities to Emeka Onyejekwe at emeka.onyejekwe@nih.gov by March 23, 2025, as this opportunity is being conducted under simplified acquisition procedures, allowing for a sole source award.
    Notice of Intent for MiSeq and Next Seq Service Agreement
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source annual service and maintenance agreement with Illumina, Inc. for the MiSeq and NextSeq 500 sequencing machines, which are critical for ongoing research operations. The contract will ensure the operational capability of these instruments from March 25, 2025, to March 24, 2030, including comprehensive service coverage such as parts, labor, software updates, and priority onsite support. This agreement is vital for maintaining the functionality of essential research equipment, thereby supporting NIAID's mission in viral pathogenesis and evolution studies. Interested vendors must submit their capability statements via the NIAID electronic Simplified Acquisition Submission System (eSASS) by March 17, 2025, at 10:00 AM EST, and should note that this notice does not constitute a request for proposals.
    Notice of Intent to Sole Source- Atlas Ascender Maintenance
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to establish a sole source contract with Atlas Devices LLC for preventative and corrective maintenance on six auto-ascenders. This acquisition is critical as these life safety devices are essential for the safe movement of personnel and equipment in high-angle and maritime environments, and Atlas Devices is the sole manufacturer authorized to perform this maintenance. Interested parties are encouraged to express their interest to Holly Cloud via email by April 14, 2025, as this notice is published solely on Sam.gov, and vendors must be registered in the System for Award Management (SAM) to be eligible for contracts.
    Intent to Sole Source
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to award a sole-source contract to Siemens for the maintenance of the proprietary Siemens Building Automation System at the FBI Academy in Clarksburg, West Virginia. This procurement is essential for ensuring the operational efficiency and continuity of HVAC systems, which are critical to the Academy's mission activities. Siemens is uniquely qualified to provide these services due to their proprietary access and the specialized training of their technicians, as confirmed by market research and statutory authority under 41 U.S.C. §3304(a)(1). Interested parties may submit inquiries or responses to the Contracting Officer, Logan Swiger, via email at lswiger2@fbi.gov, by the deadline of 1:00 PM EST on March 28, 2025.
    MAINTENANCE AGREEMENT ON BC T100 PROCESSING UNIT
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), intends to negotiate a sole-source contract for a 12-month maintenance agreement on a BC T200 Processing Unit with Global Life Sciences Solutions USA LLC. The procurement requires comprehensive service, including two planned preventive maintenance visits, priority response for repairs, and access to certified service engineers, ensuring the equipment operates effectively in a multi-user environment reliant on precise results. Interested vendors capable of meeting these requirements must submit a capability statement by 10:00 AM EST on March 20, 2025, via the NIAID electronic Simplified Acquisition Submission System (eSASS), with all necessary documentation and manufacturer certification included. For further inquiries, vendors may contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.
    Eppendorf Service Agreement
    Buyer not available
    The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source firm fixed price purchase order for a service agreement with Eppendorf North America, Inc. for the epMotion 5075t NGS Solution. This procurement aims to establish a five-year onsite service agreement that includes planned and unplanned service events, replacement parts, and annual preventive maintenance visits for critical laboratory instruments used in the CDC's national tick and tickborne pathogen surveillance program. The contract emphasizes the importance of maintaining optimal performance and compliance with original equipment manufacturer specifications while ensuring the safeguarding of sensitive information and employing certified technicians. Interested parties may submit capability statements or quotations by 4:00 PM EST on March 18, 2025, with all submissions directed to Sandra Adams at ab41@cdc.gov and Sheena Delaine at kpz5@cdc.gov.