66--NOTICE OF INTENT LAMAR NFH NE FSHRY CTR LAB EQUIP
ID: DOIFFBO250068Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS SAT TEAM 3Falls Church, VA, 22041, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Avantor Science Central for the procurement of essential cold storage equipment and low-temperature ovens for the environmental DNA laboratory at the Northeast Fishery Center in Lamar, Pennsylvania. This procurement includes ultra-cold freezers, standard freezers, refrigeration units, and low-temperature ovens, specifically designed to meet the laboratory's operational needs and layout requirements. The equipment is critical for advancing genetic research and ensuring compliance with federal safety and operational standards in scientific initiatives. Interested parties may submit capability statements to Contracting Specialist Lee Ann Riley at lee_riley@fws.gov by 2:00 PM EDT on April 18, 2024, to demonstrate their ability to provide competitive alternatives. This announcement serves as the only notice for this procurement, which will not be open for competitive quotes.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document details the specifications for the procurement of equipment necessary for the expansion of a genetics lab. The main items listed include various freezers and refrigerators manufactured by Sterling Ultracold and VWR, with notable features such as ultra-low temperature capabilities, advanced temperature controls, and multiple storage configurations. Key items include the Sterling VAULT100-PWR5 ultra-low temperature freezer with a range of -100 to -20°C and robust storage options, alongside different VWR models that offer standard and laboratory-grade refrigeration and freezing solutions. The document outlines delivery requirements, specifying that supplies must be delivered "FOB Destination" to the Northeast Fishery Center in Lamar, PA, with conditions on packaging, delivery scheduling, and unloading. It is emphasized that no installation is required and that unloading will be the responsibility of the delivery carrier. For effective communication, a technical contact person is provided. This procurement aligns with government objectives to ensure laboratories have the necessary, up-to-date equipment for genetic research, reflecting adherence to safety and operational standards in federal science initiatives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Q--Notice intent to Sole Source - WILDLIFE DISEASE
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, intends to award a sole source contract to the University of Georgia for wildlife disease diagnostics and related investigations over a five-year period. This contract is crucial as the University of Georgia's Southeastern Cooperative Wildlife Disease Study (SCWDS) offers unique expertise and comprehensive services that are not replicated by any other institution in the southeastern United States, making it essential for supporting state and federal wildlife agencies. Interested parties who disagree with this sole source determination may submit their capabilities for consideration, with responses due by 10:00 AM Pacific Time on December 23, 2025. For further inquiries, contact Robert Sung at robertsung@fws.gov or by phone at 503-872-2825.
    CA-LODI FISH AND WILDL-NOTUS EQUIPMENT
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a Notus Omni Portable Trawl Hydrophone and a Notus Command Unit, essential equipment for the EDSM Trawl Mensuration Study. The hydrophone, with specific technical requirements, and the command unit are critical for effective trawling operations, enabling wireless communication with trawl sensors. Interested vendors must submit their Firm Fixed Price quotes by 10:00 AM on December 17, 2025, via email to Carter Duke at carterduke@fws.gov, with the anticipated award date set for one day after the solicitation closes. All submissions must comply with federal acquisition regulations and include delivery to Lodi, CA, within 30 days of order receipt.
    ENVIRONMENTAL CHAMBER
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for the procurement of a new environmental chamber designed for testing concrete, aggregate, soils, and rock. The new chamber must be a freestanding, reach-in unit with specific internal dimensions and capabilities, including a temperature range of -30 °C to 180 °C and humidity levels from 10% to 95%, along with a shelf load capacity of 75 lbs per shelf. This equipment is critical for ensuring accurate and reliable testing in environmental conditions, as the current chamber is outdated and frequently requires repairs. Interested vendors should note that the contract is set aside for small businesses, and proposals must be submitted electronically, with delivery to Denver, CO, required within 180 days of award. For further inquiries, contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395.
    FL-NTL KEY DEER REFUGE-BUNKHOUSE HVAC
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the HVAC replacement and efficiency modification project at the Nut Farm Bunkhouse located in Big Pine Key, Florida. The project aims to enhance the efficiency of the existing air conditioning system, which currently suffers from high humidity and temperature issues, by replacing the existing unit and modifying ductwork to reduce outside air intake. This firm-fixed-price contract, valued at less than $25,000, requires completion within 30 days after the Notice to Proceed, with a site visit scheduled for December 12, 2025, and quotes due by December 30, 2025, at 1100 Central Time. Interested vendors should direct all inquiries and submissions to Contracting Officer Elvia Arellano at elviaarellano@fws.gov.
    Z--WA-FWS SPRING CRK NFH-HVAC REPLACEMENT
    Interior, Department Of The
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is soliciting proposals for the replacement of the HVAC system at the Spring Creek National Fish Hatchery in Underwood, Washington. The project entails the installation of a new Mitsubishi HVAC unit and associated components to address ongoing issues with the existing system, ensuring adequate climate control for the facility. This procurement is critical for maintaining operational efficiency and environmental conditions within the hatchery, which plays a vital role in fish conservation efforts. Interested contractors must acknowledge receipt of the solicitation amendment and submit their proposals by January 5, 2026, with a project completion deadline set for January 30, 2026. For further inquiries, contact Tiffannie Pannell at tiffanniepannell@fws.gov or call 505-248-6792.
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    Z--HVAC SERVICES - CONTE ANDROMOUS FISH LAB
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors to provide annual preventative maintenance and routine repair services for the Heating, Ventilation, and Air Conditioning (HVAC) system at the Conte Anadromous Fish Research Laboratory located in Turners Falls, Massachusetts. The contract encompasses comprehensive maintenance, including quarterly inspections and responses to service calls, with a focus on ensuring the efficient operation of various HVAC systems, including boilers and air handlers. This opportunity is a total small business set-aside under NAICS code 238220, with a contract duration of one year and four optional one-year extensions, and is valued at a ceiling of $50,000 for time-and-materials. Interested parties must submit their quotes by December 22, 2025, and are encouraged to attend a site visit scheduled for December 17, 2025; inquiries can be directed to Susan Ruggles at sruggles@usgs.gov.
    Preventative Maintenance Agreement for 36 Heracell Vios 160i CO2 incubators
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), intends to award a firm-fixed-price contract to Thermo Fisher Scientific for a preventative maintenance agreement covering 36 HERA VIOS 160i CO2 incubators. This sole-source acquisition is essential for maintaining critical equipment used in the manufacturing of cell-based therapies, as mandated by the FDA's regulations on controlled maintenance of such equipment. The estimated cost for this project is $55,311.32, and it is crucial for ensuring the continuous, compliant operation of equipment vital for patient care. Interested parties may submit capability statements by email to valerie.gregorio@nih.gov by 11:00 AM EST on December 18, 2025, referencing the notice of intent (NOI-CC-26-000054).
    Horizontal Dry Dilution Refrigerator Relocation Service
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information from industry sources regarding the provision of Horizontal Dry Dilution Refrigerator Relocation Services. This procurement involves the expert disassembly, packing, re-assembly, and installation of a semi-custom Blue Fors Horizontal Dry Dilution Refrigerator, ensuring that the existing warranty coverage and performance are maintained throughout the process. The relocation is critical for the NIST's Quantum Calorimeter Group, as it supports ongoing research and development activities at the new location in Brookhaven National Laboratory, NY. Interested parties should submit their responses by December 22, 2025, to Lisa Stevens at lisa.stevens@nist.gov, and are encouraged to review the attached Statement of Work for detailed requirements.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Commerce, Department Of
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.