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
    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.
    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.
    Preventive Maintenance and Repair Services for a Sciex Triple Quad 5500+ QTRAP HPLC/MS/MS system and Agilent 1260 HPLC system
    Active
    Health And Human Services, Department Of
    The U.S. Food and Drug Administration (FDA) is seeking qualified vendors to provide preventive maintenance and repair services for a Sciex Triple Quad 5500+ QTRAP HPLC/MS/MS system and an Agilent 1260 HPLC system at the National Center for Toxicological Research (NCTR) in Jefferson, Arkansas. The procurement includes one scheduled on-site preventive maintenance visit per year and unlimited on-site corrective maintenance within specified timeframes, ensuring that the equipment remains operational to support critical analytical chemistry projects. Interested small business sources are encouraged to submit capability statements by September 18, 2024, to Warren Dutter at warren.dutter@fda.hhs.gov, as this opportunity is part of a market survey and not a solicitation for proposals.
    Mobile Crime Lab Upfit (4 Vehicles)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified contractors to modify and upfit four mobile crime lab vehicles, comprising three Mercedes Sprinter vans and one Freightliner Sprinter. The project entails comprehensive modifications to the vehicles' interior, exterior, driver cab, audio/video systems, emergency equipment, and window tinting to enhance their operational capabilities for law enforcement purposes. This initiative is crucial for improving evidence processing and crime detection capabilities, thereby supporting national security efforts. The total funding for this contract is set at $19 million, with proposals due by September 25, 2024. Interested parties can contact Dana L. Blake at Dana.L.Blake@cbp.dhs.gov or 240-731-6111 for further information.
    Calibration/Maintenance of TMET GC/MS Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Aberdeen Proving Ground, is seeking a contractor to provide a full coverage service agreement for the maintenance and calibration of two Gas Chromatograph/Mass Spectrometer (GC/MS) systems located at the DEVCOM Soldier Center in Natick, Massachusetts. The primary objective of this procurement is to ensure optimal performance and minimize downtime of the GC/MS systems, which are critical for accurate textile testing conducted by the Textile Materials Evaluation Branch. The contract will include annual preventative maintenance visits, software and hardware support from factory-trained engineers, and the provision of calibration certificates and service reports, with a performance period of one base year and three optional years. Interested contractors must submit proposals by 12:00 p.m. EST on September 23, 2024, and can direct inquiries to Chris Welsh at richard.c.welsh2.civ@army.mil or Timothy Konetzny at timothy.m.konetzny.civ@army.mil.
    70B04C24C02 – RAPISCAN SYSTEMS INC – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of intends to award a firm fixed price (FFP) sole source single contract to RAPISCAN SYSTEMS INC for the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment. This equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. The systems must be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation. RAPISCAN SYSTEMS INC 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, contact Monica Y. Watts at monica.y.watts@cbp.dhs.gov.
    U.S. Customs and Border Protection Laboratory Information Management System (LIMS)
    Active
    Homeland Security, Department Of
    The U.S. Customs and Border Protection (CBP) is seeking information from vendors regarding the procurement of a commercial off-the-shelf (COTS) Forensic Laboratory Information Management System (LIMS) to enhance the efficiency and reliability of its forensic and scientific operations. The new system must be configurable and customizable, supporting critical functionalities such as evidence chain of custody, data integrity, resource management, and compliance with forensic laboratory accreditation standards. This initiative is vital for maintaining the integrity of forensic processes and ensuring compliance with federal, state, and local regulations, as CBP aims to modernize its operations across various functional areas, including digital forensics and narcotics. Interested vendors should submit their responses by September 26, 2024, to Jared A. Tritle at jared.a.tritle@cbp.dhs.gov, with a maximum of five pages detailing their capabilities and relevant experience.
    Bruker M4 Tornado Plus 26S Service Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, intends to award a contract for service maintenance of the Bruker M4 Tornado Plus 26S Super Light Element Micro X-Ray Fluorescence (XRF) System. The procurement involves a firm-fixed-price purchase order for recurring maintenance services, including a base contract with two optional years, valued at approximately $85,155. This specialized system is critical for both commercial and government applications, and the justification for a sole source procurement is based on Bruker being the only authorized provider of necessary services and parts in the U.S. Interested firms must express their capabilities to the Contract Specialist, Cuong Chau, at cuong.chau.1@us.af.mil, or the Contracting Officer, Rebecca Natal, at rebecca.natal.1@us.af.mil, within five days of this notice, with the award expected by September 30, 2024.
    Liquid Chromatography coupled with High Resolution-Accurate Mass Tandem Mass Spectrometer System (LC-HRAM-MS/MS)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking quotes for the procurement of a Liquid Chromatography coupled with High Resolution-Accurate Mass Tandem Mass Spectrometer System (LC-HRAM-MS/MS) to enhance the capabilities of the Forensic Chemistry Center (FCC). This advanced system will replace an existing instrument and is crucial for analyzing biotherapeutics, thereby supporting regulatory investigations in food and drug safety. Interested contractors must ensure compliance with stringent technical specifications and are required to submit their quotes electronically by September 17, 2024, to Nina Montgomery at nina.montgomery@fda.hhs.gov. The contract will also include provisions for a trade-in of an older model and a one-year service warranty, with delivery and installation expected within 90 days of award.
    PURCHASE OF PORTABLE ION TRAP MASS SPECTROMETER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of a Portable Ion Trap Mass Spectrometer from MASS TECH INC. This procurement is necessary to meet specific analytical requirements, as only one responsible source can fulfill the agency's needs. The Portable Ion Trap Mass Spectrometer is crucial for chemical analysis, falling under the NAICS code 334516 and PSC code 6630, and will be procured using Simplified Acquisition Procedures due to its estimated value not exceeding $250,000. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, with inquiries directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil.