Purchase of ColorTouch Spectrophotometer from Industrial Physics
ID: 2025-LGD-0129Type: Special Notice
Overview

Buyer

LIBRARY OF CONGRESSLIBRARY OF CONGRESSCONTRACTS SERVICESWashington, DC, 20540, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 9:30 PM UTC
Description

The Library of Congress intends to award a sole-source contract to Industrial Physics for the procurement of a ColorTouch Spectrophotometer, which is essential for enhancing its quality assurance program in testing materials according to ISO standards. This specialized equipment will replace outdated instruments and is critical for the Preservation Research and Testing Division to ensure high standards in the preservation of library collections. The contract includes the supply of the spectrophotometer, installation, user training, and a one-year warranty, with delivery expected within eight weeks of the purchase order and installation three weeks post-delivery. Interested parties can contact James Robinson at jarobinson@loc.gov or Jacqueline Miller at jacmiller@loc.gov for further information, with the contract valued below $250,000 and the performance period running from July 1, 2025, to June 30, 2026.

Point(s) of Contact
James Robinson
jarobinson@loc.gov
Jacqueline Miller
jacmiller@loc.gov
Files
Title
Posted
Apr 3, 2025, 8:05 PM UTC
The justification and approval document outlines the Library of Congress's decision to award a sole-source contract to Industrial Physics for a specialized spectrophotometer. This equipment is crucial for the Preservation Research and Testing Division (PRTD) to carry out quality assurance testing in line with ISO standards for materials used in the storage and preservation of library collections. The document references various legal provisions allowing for limited competition due to the unique requirements of the Library. Despite the availability of similar equipment in the market, only the selected contractor can meet the specific technical capabilities needed by the PRTD. The total estimated value for the contract spans the period from July 1, 2025, to June 30, 2026. The contracting officer certifies the justification for sole-source procurement, stating it meets all necessary regulations, and asserts that the pricing is fair and reasonable based on comparative analysis. This action highlights the Library's approach to ensuring high standards in preservation practices while adhering to federal procurement laws.
Apr 3, 2025, 8:05 PM UTC
The Library of Congress requires the procurement of a benchtop spectrophotometer to enhance its quality assurance program for testing papers and boards according to multiple ISO standards. This new equipment will replace outdated instruments that are no longer supported. The contract includes the supply of the spectrophotometer, installation, user training, and a one-year warranty covering all parts and services. Key specifications demand compliance with specific ISO standards, advanced optical geometry, and robust performance metrics, including the ability to measure various properties of materials. The performance obligations set delivery within eight weeks of the purchase order, with installation scheduled three weeks post-delivery. Operations will occur at the Library's Madison Building in Washington, DC, with work hours aligned with federal guidelines. This procurement emphasizes the Library’s commitment to advancing its testing capabilities to protect and maintain its collections effectively.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Purchase of Turntables, Tonearms, and Custom Plinths
Buyer not available
The Library of Congress is seeking proposals for the procurement of Technics (Panasonic) SP10R turntables, tonearms, and custom plinths to replace outdated audio equipment that has been in service for over 25 years. This initiative aims to enhance the Library's archival capabilities for preserving and accessing its extensive audiovisual collection, as the Technics SP10R system is uniquely suited to meet the specific requirements for playback of fragile analog recordings. The contract will be awarded based on the lowest-priced technically acceptable proposal, with a submission deadline set for April 22, 2025, at 5:00 PM (Eastern Time). Interested vendors should direct their proposals to the primary contact, James Robinson, at jarobinson@loc.gov, or the secondary contact, Brenda Kinlay, at bkinlay@loc.gov.
Intent to Sole Source - P1AL Merging Pyramix DAW
Buyer not available
The Library of Congress is seeking to award a sole source contract for maintenance and support of its Pyramix Digital Audio Workstation (DAW) equipment located at the Culpeper facility. The contract will provide essential services including software maintenance, updates, and troubleshooting, ensuring the equipment meets manufacturer specifications and operates efficiently. This procurement is critical for maintaining the Library's audio production capabilities, with an estimated contract value exceeding $250,000 and a performance period from June 3, 2025, to June 2, 2030. Interested firms must submit a capability statement to Brian D. Curl at bcurl@loc.gov by the specified deadline to demonstrate their qualifications for this specialized support.
NLS Library Cartridge and Container Labels - Print & Braille Embossed Labels
Buyer not available
The Library of Congress is seeking proposals for the procurement of custom printed labels with embossed Braille for the National Library Service (NLS) for the Blind and Print Disabled. This contract involves sourcing, producing, and shipping printed labels for cartridges, cartridge containers, and shipping boxes, which are essential for facilitating access to library resources for visually impaired patrons. The contract will be awarded based on the best value to the government, with a minimum order value of $2,000 and a maximum of $2,000,000, spanning from July 1, 2025, to June 30, 2030. Interested vendors must submit proposals by April 29, 2025, and provide sample labels by May 13, 2025; questions regarding the solicitation are due by April 16, 2025. For further inquiries, contact Brenda Kinlay at bkinlay@loc.gov or Jennifer Zwahlen at jzwa@loc.gov.
Hyperspectral Imager System (HSIS)
Buyer not available
The Bureau of Engraving and Printing (BEP) intends to award a sole source contract to Headwall Photonics, Inc. for the procurement of calibration targets and lenses for the Hyperspectral Imager System (HSIS) utilized at the Eastern Currency Facility. The replacement parts are proprietary and can only be sourced from Headwall Photonics, necessitating this sole source determination in accordance with FAR regulations. The HSIS is critical for the Bureau's operations, emphasizing the importance of maintaining specialized equipment for accurate imaging and analysis. Interested parties must submit any comments or questions via email to Kendra Napper by April 23, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
FY25_Multiwell Plate Reader
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for a multi-well plate reader to Techcomp USA Inc., a small business located in Fulton, Maryland. The procurement involves a specialized external module that attaches to an existing Edinburgh Instruments FLS1000 photoluminescence spectrometer, enabling spectral and time-resolved measurements of up to 96 small samples simultaneously, with a spectral range of 250 - 900 nm. This equipment is crucial for analytical laboratory applications, and the contract will include necessary connectors, installation, and training. Interested parties may contact Ms. Susan D. Ulma at susan.ulma@us.af.mil for further information, although this is not an invitation for competitive quotes, and responses must be submitted by the specified deadline to be considered.
Notice of Intent to Award Sole Source - UnderCurrency S.A. de C.V
Buyer not available
The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), intends to award a sole source contract to UnderCurrency S.A. de C.V. for the procurement of a Banknote Accelerated Aging Device (BAAD™). This device is crucial for enhancing the evaluation and prediction of banknote durability in laboratory settings, thereby improving BEP's capabilities in this area. The Government's decision to pursue a non-competitive procurement is based on FAR 13.106-1(b), and interested parties are invited to respond to this notice by April 14, 2025, at 2:00 PM (EST). Responses must be submitted in writing via email to Naweed.Nezam@bep.gov, and respondents must be registered in the System for Award Management (SAM). All costs incurred in responding to this notice are the responsibility of the respondents.
NOTICE OF INTENT TO SOLE SOURCE FOR WIDELY TUNABLE NEAR INFRARED LASER
Buyer not available
The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to procure a widely tunable near-infrared laser on a sole source basis from Toptica Photonics, Inc. This procurement is driven by the need for a laser that meets specific technical requirements, including continuous tunability from 880 nm to 930 nm, a power output exceeding 10 mW, and advanced control electronics, which are essential for developing next-generation optical technologies involving Cesium and quantum dot transitions. Interested vendors are encouraged to submit documentation demonstrating their capability to meet these specifications by April 17, 2025. For further inquiries, vendors may contact Ranae M. Armstrong at ranae.armstrong@nist.gov or Donald Collie at donald.collie@nist.gov.
J--MRG LISST-ABS SENSORS SERVICING
Buyer not available
The Department of the Interior's Bureau of Reclamation is planning to award a sole-source contract for the servicing of two LISST-ABS sensors to Sequoia Scientific, Inc. This procurement aims to secure maintenance and repair services for specialized instruments used to measure suspended sediment concentrations in the Rio Grande, which are critical for effective water management. The estimated cost for these services is $3,090, and the contract is expected to span five months from the award date, ensuring timely data collection. Interested parties can reach out to Ronda Lucero at rlucero@usbr.gov or by phone at 505-462-3650 for further information.
Confocal Raman Mcroscope
Buyer not available
The Department of Commerce's National Institute of Standards and Technology (NIST) is seeking quotations for the procurement of a Confocal Raman Microscope, specifically the Horiba LabRAM Odyssey or an equivalent model. This advanced laboratory equipment is intended to enhance research capabilities in semiconductor manufacturing processes, particularly in support of the CHIPS Act Grand Challenge 5, by facilitating in-depth analysis of electrochemical processes crucial for optimized semiconductor design and packaging. Interested vendors must comply with FAR regulations, provide detailed specifications and pricing, and demonstrate relevant experience, with proposals due by April 18, 2025. For further inquiries, vendors can contact Junee Johnson at junee.johnson@nist.gov.
66--SOLE SOURCE PICARRO GAS ANALYZER POHLMA
Buyer not available
The U.S. Geological Survey (USGS) intends to award a non-competitive purchase order to Picarro, Inc. for a G2201-I cavity ring-down spectrometer (CRDS) and associated accessories, which are essential for analyzing methane and CO2 concentrations as well as stable carbon isotope ratios. This equipment is critical for projects aimed at characterizing natural gas from petroleum systems and living ecosystems, highlighting its importance in environmental and geological studies. Interested vendors should note that this opportunity is not open for competitive quotations, and responses must be submitted via email to Dayna Parkin at dparkin@usgs.gov by April 17, 2025, at 12:00 PM Pacific Daylight Time, with the anticipated award date set for April 25, 2025. Vendors must also be registered at https://sam.gov/content/home to be eligible for the purchase order.