Notice of Intent to Sole Source - Limitless Mining Solutions Mine LED Lighting with PA approved boxes
ID: CDC-24-88680Type: Special Notice
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

NAICS

Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing (335132)

PSC

INDOOR AND OUTDOOR ELECTRIC LIGHTING FIXTURES (6210)
Timeline
    Description

    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source contract to Limitless Mining Solutions for the procurement of a specialized mine LED lighting system. This lighting system is uniquely designed to meet the stringent electrical requirements set forth by the Mine Safety and Health Administration (MSHA) and the Pennsylvania Department of Environmental Protection (PADep), making it essential for safe operations in underground coal mines. The urgency of this procurement is underscored by the fact that no alternative products meet the necessary safety regulations or operational efficiency standards. Interested parties may submit their capabilities or proposals to the CDC's contract specialist, Dean Burnett, via email at zvs8@cdc.gov by 2:00 PM EST on September 20, 2024.

    Point(s) of Contact
    Dean Burnett
    zvs8@cdc.gov
    Files
    Title
    Posted
    The document outlines a justification for a sole source procurement by the Centers for Disease Control and Prevention (CDC) for 480 meters of mine led lighting from Limitless Mining Solutions. The procurement aims to meet specific underground coal mine electrical requirements mandated by the Mine Safety and Health Administration (MSHA) and the Pennsylvania Department of Environmental Protection (PADep). The document must meet Federal Acquisition Regulation (FAR) criteria, emphasizing urgency and exclusivity of the vendor due to the unique specifications of the required lighting system. Key justifications for this non-competitive action include the unique nature of the product, which is the sole system that complies with rigorous safety regulations for mining operations. Other lighting options, although available, do not satisfy the regulatory requirements or are less efficient in terms of operational costs due to higher power consumption. The Program Office has actively sought alternative vendors through internet research and participation in industry expos, confirming that Limitless Mining Solutions is the only source capable of meeting their needs. This document illustrates the procurement process within government contracts, emphasizing the importance of justifications for sole source acquisitions while ensuring adherence to regulatory standards.
    Similar Opportunities
    Mine Roof Simulator Repair
    Active
    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 issue a sole source order for Mine Roof Simulator Repairs. The Mine Roof Simulator is a large press used to measure the structural performance of roof supports and ventilation structures in coal mines, ensuring the safety of coal miners. The simulator has specific dimensions, with upper and lower platens measuring 20 feet by 20 feet and the ability to accommodate a specimen up to 16 feet tall. It can apply 1500 tons of vertical force, 800 tons of horizontal force, and react to 800 tons of lateral force. The purpose of this acquisition is to ensure the continued operation of the Mine Roof Simulator Laboratory at the lowest possible cost. The repairs required include replacing the Teflon coating on all four horizontal actuators. MTS Systems Corporation has been identified as the sole source for this repair work. Interested parties must be registered in the System for Award Management (SAM) prior to the award of the federal contract. Responses to this notice will be considered to determine whether a competitive procurement is necessary. Capabilities statements and pricing information should be submitted to Bethany Diaz, the Contract Specialist at CDC, by December 20, 2023.
    Notice of Intent to Sole Source iChrom Solutions dba Spark Holland for the Procurement of CHRONECT Symbiosis UHPLC System_FY24
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) intends to award a sole-source contract to iChrom Solutions dba Spark Holland for the procurement of the CHRONECT Symbiosis UHPLC System for fiscal year 2024. This procurement is essential for the Organic Analytical Toxicology Branch (OATB) to replace an outdated system currently used for analyzing human serum and urine samples for exposure assessment of polycyclic aromatic hydrocarbons (PAH), perfluoroalkyl substances (PFAS), and universal pesticides. The new Symbiosis system is critical for maintaining the laboratory's operational efficiency and ensuring the validity of analytical results, as it is the only system compatible with existing methods and capable of synchronizing with mass spectrometer data collection. Interested firms that believe they can meet the requirements are encouraged to submit their capabilities and supporting information to the Contracting Specialist by September 22, 2024, with any inquiries directed to Joselle Teran-Macaraeg at urv3@cdc.gov.
    Sources Sought (SS) | World Trade Center Health Program | Survivor Clinical Center of Excellence
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking information from organizations interested in supporting the operationalization of a Clinical Center of Excellence (CCE) as part of the World Trade Center (WTC) Health Program. The objective is to identify potential contractors capable of providing monitoring and treatment services for eligible Survivor members affected by the September 11 terrorist attacks, with services required from July 1, 2025, to June 30, 2030. This initiative underscores the federal commitment to delivering comprehensive healthcare to 9/11 responders and survivors, emphasizing compliance, effective personnel management, and high-quality service delivery. Interested parties must submit their capability statements by October 2, 2024, and can direct inquiries to Melissa Lera at umt1@cdc.gov.
    Blanket Purchase Agreement (BPA) for Dry Ice / CO2
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) is seeking proposals for a Blanket Purchase Agreement (BPA) to supply dry ice and liquid carbon dioxide (CO2) essential for laboratory operations. The procurement aims to secure a reliable source of these materials, with specific requirements including the delivery of 520,000 lbs. of dry ice and 780,000 lbs. of liquid CO2 annually, emphasizing compliance with safety and quality standards. This BPA, valued at an estimated $4.8 million over five years, is set aside for service-disabled veteran-owned small businesses, with quotes due by August 20, 2024, and questions accepted until August 5, 2024. Interested vendors should contact James Brown III at xvn8@cdc.gov for further details.
    NIOSH IT Services
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) is seeking qualified vendors to provide Information Technology (IT) support services for the National Institute for Occupational Safety and Health (NIOSH) through a sources sought notice. The contract aims to enhance IT infrastructure, support scientific applications, and facilitate data sharing among interdisciplinary teams, with a focus on system maintenance, cloud infrastructure management, data security, and agile project management. This initiative is vital for advancing NIOSH’s mission and operational needs, with a contract period anticipated from August 1, 2025, to July 31, 2030. Interested parties must submit their capability statements by October 9, 2024, to Joseph Butkus at jbutkus@cdc.gov, as the government evaluates potential market capacity for this requirement.
    Waste Removal and Recycling Services
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking qualified contractors to provide waste removal and recycling services at the National Institute for Occupational Safety and Health (NIOSH) facilities located in Morgantown, West Virginia. The procurement includes weekly domestic waste removal and monthly single stream recycling services, with the contractor responsible for all associated costs, including dumpster rental and transportation. This contract is crucial for maintaining operational efficiency and compliance with environmental standards, and it emphasizes inclusivity by adhering to Section 508 of the Rehabilitation Act. The Request for Quotations (RFQ) is expected to be released at the end of November 2024, with a firm-fixed price contract spanning from February 1, 2025, to January 31, 2030, and interested small businesses should direct inquiries to Joseph Butkus at jbutkus@cdc.gov.
    CDC Small Business Engagement Summit
    Active
    Health And Human Services, Department Of
    Presolicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to award a sole source contract to QIAGEN, LLC for the procurement of an EZ! Advanced XL System. This system is typically used for In-Vitro Diagnostic Substance Manufacturing. The contract is for supplies or services under the authority of FAR 13.106-1(b) (SAP) and 41 U.S.C. 3304(a)(1). Interested parties may submit proposals within five days of the issuance of this notice. The deadline for submission is 06:00AM, July 24, 2023.
    Construction of High-Containment Continuity Laboratory, Building 28 - CDC Roybal Campus, Atlanta, GA
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is soliciting proposals for the construction of a High-Containment Continuity Laboratory (HCCL) at the CDC Roybal Campus in Atlanta, Georgia. The project involves building a state-of-the-art facility spanning approximately 175,000 square feet, designed to accommodate bio-safety level 3E and 4 laboratories, along with necessary supporting infrastructure. This construction is critical for enhancing the CDC's capabilities in high-containment research, ensuring operational continuity while adhering to stringent safety and security protocols. The estimated contract value ranges from $275 million to $340 million, with a construction duration of 44 months anticipated to commence shortly after contract award, expected in the fourth quarter of Fiscal Year 2025. Interested contractors should contact Michael Davis at vwl8@cdc.gov or call 770-488-2427 for further details.
    LED LIGHTING REPLACEMENT
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking contractors for a project to install LED lighting at the National Plant Germplasm Quarantine Center in Beltsville, Maryland. The procurement involves replacing approximately 42 outdoor fixtures and additional indoor lighting, with a focus on energy efficiency and modernization of the facility. This total small business set-aside contract, valued between $100,000 and $250,000, is expected to commence on October 1, 2024, and conclude by April 15, 2025. Interested contractors must submit firm-fixed price proposals by September 20, 2024, and can direct inquiries to Todd Bierl at todd.k.bierl@usda.gov or by phone at 612-336-3465.
    B1 Biological Safety Cabinet (BSC) Replacements for the Division of Intramural Research (DIR) - Brand Name or Equal
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified vendors to provide replacement Biological Safety Cabinets (BSCs) for the Division of Intramural Research (DIR). The procurement aims to acquire up to eighty NSF/ANSI 49 certified Class II, Type B1 BSCs, with an immediate requirement for eighteen units to replace aging equipment that is critical for safe research involving infectious microorganisms and viruses. This initiative is essential for maintaining high safety standards in laboratory environments and supporting ongoing research in areas such as COVID-19, AIDS, and malaria. Interested vendors must submit their quotes by 1:00 PM EST on September 23, 2024, to Caitlyn O'Connor at caitlyn.o'connor@nih.gov, and ensure compliance with all specified requirements and deadlines.