Notice of Intent to Sole Source - Service/Repair on GC Model G7077B
ID: 20144540Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONAIR AND MARINE CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)
Timeline
    Description

    The Department of Homeland Security, US Customs and Border Protection intends to award a sole-source contract to Agilent Technologies for specialized maintenance services. The notice invites other contractors to submit capabilities statements if they can meet the requirements.

    The scope of work involves repairing and upgrading a specific Gas Chromatograph/Mass Spectrometer (GC/MS) unit, ensuring seamless data transfer compatibility with existing systems. The work must be completed within a 90-day period, followed by a 30-day evaluation period, with potential extensions.

    The chosen vendor must have a local presence and a substantial number of instruments within a 300-mile radius of the CBP LSS Laboratory. They should provide on-site training and support and ensure chromatographic performance standards are met. The vendor is responsible for supplying all parts and tools for a seamless turnkey installation.

    The procurement falls under the simplified acquisition process, with an estimated cost of $201,445. Contractors interested in this opportunity must submit a capabilities statement by the deadline to be considered.

    For more details, interested parties can contact Michael Hall at Michael.A.Hall@dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Customs and Border Protection Laboratory and Scientific Services (CBP LSS) seeks to repair and upgrade a specific Gas Chromatograph/Mass Spectrometer (GC/MS) unit, identified as G7077B with serial number US1807M019. The primary objective is to replace the 5977 EI Extraction Analyzer and associated parts, including a new turbo pump, while ensuring full compatibility and seamless data transfer with existing laboratory systems. To achieve this, CBP LSS has outlined stringent requirements for the chosen vendor. The vendor must have an established presence in the region, demonstrated by having at least 10 instruments from the same family within a 300-mile radius of a CBP LSS Laboratory. This ensures reliable and timely service and support. Local service and technical support personnel, trained on the current instrument model, are expected to be available for quick response and on-site repair within specified time frames. The vendor is also responsible for providing on-site training to analysts, covering all aspects of the software and hardware, enabling them to create methods, run samples, interpret results, and generate custom reports independently. The GC/MS system itself must meet or exceed specific chromatographic performance standards, including retention time and area repeatability specifications. The vendor shall provide all necessary parts and tools for a turnkey installation, ensuring seamless integration of all components. The period of performance includes a 90-day timeframe for installation and training, followed by a 30-day evaluation period. If deficiencies are found, the vendor has an additional 30 days to rectify them; otherwise, the instrumentation will be returned. While a security clearance is not required, the vendor must agree to handle data with discretion and only use it for the intended purpose. This procurement aims to acquire a fully functional, state-of-the-art GC/MS system, supported by a reliable vendor with a strong regional presence, to ensure the efficient and effective operation of CBP LSS laboratories.
    This document pertains to the procurement of maintenance services for specialized scientific equipment, specifically, an Agilent GC-MS system, which includes a 68777B EI Extraction Analyzer, a 5977B transfer line assembly, and a new Duo 3 RVP. The anticipated cost of these services is estimated at $201,445.00. Due to the complex and technical nature of the equipment, the sole source determination is justified, citing that only Agilent-certified technicians are qualified to install their proprietary parts. The price will be determined as fair and reasonable through market research and comparison with previous purchases, as outlined in FAR Part 13.106-3(a)(2). This procurement falls below the micro-purchase threshold, indicating a simplified acquisition process. While no specific contract type is mentioned, the reference to a "price analysis" suggests a firm-fixed-price arrangement. The key dates appear to be the anticipated service date and the submission deadline for the sole source determination. No evaluation criteria are explicitly listed, aside from the requirement for Agilent-certified technicians.
    Lifecycle
    Title
    Type
    Similar Opportunities
    70B04C24C03 – Smiths Detection Inc – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - Smiths Detection Inc - Notice of Intent The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Smiths Detection Inc. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment. The equipment provided by Smiths Detection Inc detects illicit material and radiological threats attempting to enter or exit the borders. It is crucial for ensuring the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Smiths Detection Inc is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded no later than August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States. Smiths Detection Inc, located in Edgewood, Maryland, is a provider of technically complex and high-value inspection and detection equipment systems used by CBP to secure land border crossings, airports, seaports, rail crossings, mail handling, and express cargo consignment facilities within the United States and participating countries.
    Intent to Sole Source- Technical Security Equipment
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, intends to issue a sole source purchase order for Technical Detection Equipment from Research Electronics International, LLC, based in Cookeville, TN. This procurement is justified under FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements for this specialized equipment. The Technical Detection Equipment is crucial for enhancing security measures and operational effectiveness in border enforcement activities. Interested parties who wish to submit their capabilities must do so via email to Shana Schreiner at shana.l.schreiner@cbp.dhs.gov by 5:00 P.M. EST on September 15, 2024, as no solicitation will be made available.
    Purchase of an Agilent GC/MS System for Forensic Research
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking quotations for the procurement of an Agilent gas chromatography mass spectrometry (GC-MS) system to enhance forensic research capabilities. The contract requires the provision of a specific Agilent 5977C mass spectrometer and an Agilent 8890 gas chromatograph, along with installation, training, and a minimum one-year warranty, all aimed at improving analytical methods in forensic science. This initiative is crucial for standardizing equipment across laboratories and facilitating the transfer of methodologies to enhance measurement science in forensic chemistry. Interested vendors must submit their bids via email by September 10, 2024, and direct any inquiries to Carol A. Wood at carol.wood@nist.gov or by phone at 301-975-8172.
    70B04C24C04 – Varex Imaging Corporation – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - US Customs and Border Protection The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Varex Imaging Corporation. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, which are used to detect illicit material and radiological threats at the borders. The equipment must be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation. Varex Imaging Corporation is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. The contract will be awarded by August 30, 2024. For more information, please contact Monica Y. Watts at monica.y.watts@cbp.dhs.gov.
    USCG Academy LabRAM Odyssey Raman Microscope
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), intends to award a sole source contract for a LabRAM Odyssey Raman Microscope to HORIBA Instruments Inc. This procurement aims to acquire a specialized analytical instrument that is crucial for the USCG Academy's Marine Science, Chemical and Environmental Science, and Physics faculty to conduct research projects and capstone studies. The unique capabilities of this microscope are essential for advancing the Academy's scientific research initiatives, and it is only available through HORIBA Instruments Inc., with no alternative resellers. Interested vendors may submit documentation demonstrating their ability to provide similar services, but the decision to compete this requirement remains at the discretion of the Government. For further inquiries, interested parties can contact Alan Boucher at Alan.C.Boucher@uscg.mil or by phone at 571-607-3000.
    70B04C24C01 – Leidos Inc. – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of - Leidos Inc. The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Leidos Inc. The contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, including supplies, parts, and services. The equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. It is crucial for the systems to be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Leidos Inc. is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded by August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States.
    Laboratory supplies
    Active
    Justice, Department Of
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source purchase order for laboratory supplies to Agilent Technologies Inc. These supplies are essential for chemist job functions within the agency. The procurement is justified as Agilent is the only vendor capable of meeting all specified requirements at the best value, with an estimated total acquisition cost of $82,805 and a projected delivery date of August 31, 2024. Interested parties who believe they can fulfill these requirements are encouraged to submit their capabilities in writing to Robert Radke at robert.j.radke@dea.gov by the archive date of this notice, although this is not a request for competitive quotes.
    Repair of and preventative maintenance of Gel Permeation Chromatography (GPC)
    Active
    Health And Human Services, Department Of
    The U.S. Food and Drug Administration (FDA) intends to award a sole-source firm fixed price purchase order to Waters Technologies Corporation for the repair and preventative maintenance of a Waters Gel Permeation Chromatography (GPC) System. This procurement includes a 12-month base period with two additional 12-month options, as Waters is the original equipment manufacturer (OEM) and the only source with the necessary factory-trained technicians and access to OEM parts and proprietary software required for servicing the GPC System. The maintenance of this critical laboratory equipment is essential for the FDA's operations, ensuring compliance and functionality in their analytical processes. Interested parties capable of meeting these requirements must submit their responses, including specific business information, to the primary contact, Iris Johnson, by 12:00 PM EST on September 13, 2024, and must be registered in SAM.gov to be considered.
    Service Contract for Laboratory Instruments. Vanquish Binary Mass Spectrometer-
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking proposals for a service contract to maintain and repair laboratory instruments, specifically the Vanquish Binary Mass Spectrometer and supporting equipment, at the Eastern Regional Research Center (EERC) in Wyndmoor, PA. The contract requires certified service technicians to ensure optimal performance and compliance with warranty conditions, including three corrective maintenance visits and priority technical support. This procurement is critical for maintaining the functionality of essential research instruments, which play a vital role in the USDA's scientific endeavors. Interested vendors must submit their firm fixed price quotations, along with required documentation, by the specified deadline to Tiffany Pimble at tiffany.pimble@usda.gov, with the solicitation number 12305B24Q0150-B guiding the submission process.
    66--Brand Name Only Geo Location Sensors
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking bids for the procurement of Brand Name Only Geo Location Sensors through a combined synopsis/solicitation process. This opportunity is set aside for small businesses and requires that bidders possess the requested items on an existing GSA Schedule, ensuring compliance with federal procurement regulations. The goods are critical for enhancing border enforcement operations, and the solicitation is scheduled to close on September 9, 2024, at 1:00 PM Eastern Time. Interested sellers must submit their bids via the Unison Marketplace and can direct inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.