Luminex 200
ID: N0018924QR132Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense, through the Naval Submarine Medical Research Laboratory (NSMRL), is seeking proposals for the procurement of a Luminex 200 Instrument System, which is essential for conducting antibody and RNA transcript analyses. This advanced analytical equipment will enable NSMRL to perform in-house biochemical analyses, facilitating the simultaneous detection of multiple proteins and gene expression, thereby improving the health and performance of Navy divers and submariners by addressing risks associated with oxygen toxicity and decompression stress. Interested contractors must submit their proposals by 8:00 AM on September 20, 2024, including detailed pricing and compliance with federal regulations, with a total funding amount of $63,000 for this sole source procurement from Thermofisher Scientific. For further inquiries, interested parties should contact Jessica Lindner at jessica.c.lindner2.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a sole source justification for the procurement of a Luminex 200 Instrument System by the Naval Submarine Medical Research Laboratory (NSMRL) for a cost of $63,000. This specialized equipment is essential for conducting various biochemical analyses, allowing for the simultaneous detection of multiple proteins and gene expression analysis through unique xMAP technology. The Luminex 200 facilitates efficient in-house testing, previously reliant on outsourced services, specifically addressing health risks linked to oxygen toxicity and decompression stress among Navy divers. The justification emphasizes the lack of alternative options, noting that only Luminex provides this multiparametric capability, which is critical for the operational needs of NSMRL. The sole source determination is backed by market research confirming that authorized distributors, such as Thermofisher Scientific, are available to meet delivery and installation requirements. The document includes certification and signatures from the contracting officer, affirming the decision's legality under federal acquisition regulations.
    The document outlines a Request for Quote (RFQ) by the Naval Submarine Medical Research Laboratory (NSMRL) for the procurement of a Luminex 200 Instrument System. The key requirements include the ability to conduct antibody and RNA transcript analysis, with delivery expected within 30 days post-award. Interested contractors must submit proposals by 8:00 AM on September 20, 2024, via email to Jessica C. Lindner. The submission must include detailed pricing, labor support information, and various certifications within the appropriate formats. The RFQ emphasizes compliance with specific federal regulations, including clauses related to representation, certifications, and security clearances. The document includes guidelines for shipping, payment via Wide Area Work Flow (WAWF), and security protocols for contractor personnel at government facilities. The contracting officer retains the authority to manage and approve changes to any contract requirements. This RFQ demonstrates the government's commitment to supporting research through the acquisition of advanced technological equipment, highlighting its operational needs in the field of medical research.
    The NAVSUP Fleet Logistics Center Norfolk is issuing a Combined Synopsis/Commercial Solicitation under RFQ number N0018924QR132 for a sole source firm fixed price contract to procure a Luminex 200 system from Thermofisher. This procurement follows federal acquisition guidelines, specifically FAR Subpart 6.3 and FAR Parts 12 and 13, which govern commercial items and simplified acquisition procedures. The contract will be effective from September 30, 2024, to September 29, 2025. Prospective vendors must submit their quotes by 8:00 AM (EST) on September 20, 2024, and are required to be registered in the System for Award Management (SAM) database. This registration must be maintained throughout the contract lifecycle. The solicitation documents, including any amendments, will exclusively be available for download from SAM.gov, and no hard copies will be distributed. Vendors must self-certify their eligibility and include important details in their quotes, such as pricing and contact information. All inquiries regarding the solicitation should be directed to Jessica Lindner via email.
    Lifecycle
    Title
    Type
    Luminex 200
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    TESCAN SEM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to issue a Sole Source Purchase Order for a TESCAN FESEM, a high-resolution, automated Shottky field emission scanning electron microscope. The procurement aims to acquire advanced imaging technology that includes variable pressure capabilities, ultra-high resolution scanning, and a motorized four-axis stage, along with necessary installation and training services. This equipment is crucial for enhancing research in materials science and technology, ensuring seamless integration with existing instruments. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the response date of September 20, 2024, although no competitive proposals will be solicited.
    66--instruments and laboratory equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a LIQUID SCINTILLATION COUNTER (LSC) for Puget Sound Naval Shipyard, IMF and SWFPAC in Bremerton, WA. The LSC will be used for laboratory purposes in accordance with government specifications. The procurement is set aside for small businesses and requires FOB Destination pricing. Interested parties can submit quotes electronically through the NECO website. The solicitation is scheduled to be posted on 08/29/18 with a due response date of 08/07/18. For more information, contact Julio Hernandez at 360-476-4832 or julio.a.hernandez@navy.mil.
    Quantum SI Platinum Instrument
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Health Research Center (NHRC), is seeking quotes for the procurement of a Quantum SI Platinum Instrument and associated items, under a total small business set-aside contract. The procurement includes a Quantum SI Platinum Instrument, an Advanced Next-Generation Protein Sequencing Training session, and various sequencing and library preparation kits, all intended for laboratory use in San Diego, California. These items are critical for ongoing studies and must be delivered promptly, with specific delivery schedules outlined for the kits. Interested vendors must register with the System for Award Management (SAM) and provide detailed quotes by referencing solicitation number N63116-25-Q-0501. For further inquiries, vendors can contact David L. Hill at (619) 767-4901 or via email at david.l.hill4.civ@health.mil.
    Purchase Helium leak detector and accessories
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for a Helium leak detector and accessories to A&J Vacuum Services. This procurement is critical for the laboratory's analytical capabilities, as the Helium leak detector is essential for various research and development applications within the Navy. The purchase will be made under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their interest and capability by the closing date of September 23, 2024, at 0800 hours. For further inquiries, contact James Buie at james.buie@nrl.navy.mil or call 202-923-1553.
    Laboratory Analysis
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source purchase order for laboratory analysis services to Maryland Spectral Services. This procurement is being conducted under the authority of the Federal Acquisition Regulation (FAR) for purchases not exceeding the simplified acquisition threshold of $250,000, with the North American Industry Classification System (NAICS) code 221310. Interested parties have 15 calendar days from the publication of this notice to express their interest and capability to fulfill this requirement, with responses being evaluated solely to determine if competition would be beneficial to the Government. For further inquiries, interested vendors may contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil.
    FASTHALL MEASUREMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for a FASTHALL Measurement System to Lakeshore Cryotronics. This procurement is necessary to fulfill specific agency requirements that can only be met by this vendor, as no other supplies or services will suffice. The FASTHALL Measurement System is critical for laboratory applications, falling under the category of laboratory equipment and supplies. Interested parties have 15 calendar days from the publication of this notice to express their interest and capability, with inquiries directed to Richard Key at richard.a.key2.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures, with a threshold not exceeding $250,000.
    Spectral Flow Cytometer-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) through the National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for the procurement of a spectral flow cytometer, specifically a Sony ID7000 or an equivalent model. This advanced laboratory instrument is essential for conducting high-parameter flow cytometry, enabling the exploration of over 35 markers in various experimental systems to enhance immunological research capabilities. Interested vendors must submit their quotes by September 23, 2024, with delivery of the equipment required within 60 days of award and installation to be completed by August 1, 2025. For further inquiries, vendors can contact Hershea Vance at hershea.vance@nih.gov or by phone at 301-761-6404.
    DoD STTR 24.D Program BAA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 500 MHz Nuclear Magnetic Resonance Spectrometer. This equipment is typically used for physical properties testing and inspection. The procurement will be priced at the time of delivery order placement, with delivery FOB Destination. The contractor must provide documentation and certification of compliance with applicable specifications. The acquisition is under NAICS Code 334516 with a size standard of 1000. Payment will be made through Wide Area Workflow (WAWF) with Defense Finance and Accounting Service (DFAS). More information will be provided in the Request for Proposal (RFP) solicitation number N6893623R0009 to be posted on the beta.sam website. Interested parties must be registered in the System for Award Management (SAM) database. Written responses should be submitted to the listed points of contact within 15 days of this notice date.
    Next-Generation Sequencing (NGS) Liquid Handling Systems – 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 quotes for two Next-Generation Sequencing (NGS) Liquid Handling Systems to enhance research capabilities at its Bethesda, Maryland campus. These systems are essential for high-throughput processing in infectious disease research, particularly for single cell-based antibody discovery and RNA/DNA processing, which are critical for pandemic preparedness. Interested vendors must submit their quotes by 12:00 pm EST on September 26, 2024, including detailed specifications and compliance with federal regulations, to Daveta H. Brown at daveta.brown@nih.gov.