66--Special Notice of Intent to Sole Source Award
ID: DOIFFBO250064Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, IT GOODSFalls Church, VA, 22041, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 2:00 PM UTC
Description

The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Smith-Root, Inc. for the procurement of eDNA compact filtration units essential for maintaining sample integrity and logging metadata. This acquisition is critical for the Environmental DNA metabarcoding program, as Smith-Root is the sole manufacturer of the required filtration units, which are necessary for the operational needs of multiple Fish and Wildlife Conservation Offices (FWCOs). The urgency of this procurement stems from the need to avoid delays associated with validating alternative products, which have been deemed less compatible and more costly. Interested parties may submit capability statements via email to Carter Duke at carter_duke@fws.gov, but no telephone inquiries will be accepted.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 7:04 PM UTC
The document outlines a sole source justification for the acquisition of eDNA filtration units and replacement parts for electrofishing equipment by the U.S. Fish and Wildlife Service (FWS). It highlights the uniqueness of Smith-Root as the sole manufacturer of the necessary filtration units that maintain sample integrity and associated metadata. The alternative, Halltech Osmos, is deemed less suitable due to compatibility issues and higher costs. Extensive market research indicates that Smith-Root's products meet the operational needs for the Environmental DNA metabarcoding program while adhering to standardized protocols across multiple Fish and Wildlife Conservation Offices (FWCOs). The document underscores the urgency and specificity of the need, as any alternative would require additional validations and could delay critical projects. The justification concludes with recommendations from program officers for sole source acquisition based on fair and reasonable pricing and previous procurement experience with Smith-Root. Overall, this request aligns with regular government practices for sourcing and procurement, ensuring compliance with regulatory standards.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
L--OR CLARK R BAVIN FORENSIC FIREARMS ANAYL
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking to contract with Forensic Analytical Inc. for forensic laboratory services to analyze projectiles and firearms as part of its National Fish and Wildlife Forensic Laboratory (NFWFL) operations. The selected contractor must be accredited by the Association of Firearms and Toolmarks Examiners (AFTE) and adhere to strict chain-of-custody protocols while providing expert analysis and court testimony. This sole-source procurement is justified due to the unique qualifications and capabilities of Forensic Analytical Inc., which align with the specialized needs of the NFWFL. Interested parties may submit capability statements to Oscar Orozco at oscarorozco@fws.gov by April 14, 2020, as the contract is expected to span 12 months with four optional years, under NAICS code 541380.
J--Sole Source Notice of Intent
Buyer not available
The U.S. Fish and Wildlife Service intends to award a sole source contract to Thompson Machinery for urgent repair services related to ground effect vehicles, specifically to ensure the safety and operational capability of mission-critical equipment. This contract, valued at less than $250,000, is necessary to address repairs that are essential for loading and unloading operations, as the equipment is currently unsafe for operation. Interested parties who believe they can fulfill this requirement are invited to submit a statement of capabilities via email to Jeremy Tyler at jeremytyler@fws.gov, with no telephone inquiries accepted.
D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Callyo 2009 Corp for specialized mobile device application software designed for field agent investigations. This software will enable agents to utilize temporary phone numbers and remotely monitor undercover calls, ensuring secure communication during investigations. The procurement is critical for enhancing law enforcement capabilities within the agency, as it provides essential tools for recording and monitoring conversations with cooperating witnesses. Interested parties may express their interest and capability to respond to this requirement by April 13, 2025, with inquiries directed to Melissa Niemi at melissaniemi@fws.gov.
B--ID-FWS DWORSHAK-NPDES TESTING FY25
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide National Pollutant Discharge Elimination System (NPDES) testing services at the Dworshak and Kooskia National Fish Hatcheries in Idaho. The contract aims to ensure compliance with clean water standards through periodic testing of water quality parameters, including total phosphorus and total suspended solids, over a performance period from April 1, 2025, to September 30, 2029. This procurement is critical for maintaining environmental integrity and compliance with federal regulations, reflecting the government's commitment to ecological sustainability. Interested vendors must submit their offers electronically by April 14, 2025, and can contact Roger Lockhart at rogerlockhart@fws.gov or 404-679-7124 for further information.
Notice of Intent to Single Source to Elemental Scientific, Inc
Buyer not available
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.
EVOs M7000 Microscope
Buyer not available
The Department of Defense, specifically the Department of the Navy through the Fleet Logistics Center Norfolk, intends to award a Sole Source Purchase Order for an EVOs M7000 Microscope to Fisher Scientific Company LLC. This procurement is being conducted under Simplified Acquisition Procedures, as outlined in FAR Part 13, and will not be open for full competition, as authorized under FAR 6.302-1. The EVOs M7000 Microscope is critical for analytical laboratory applications, supporting the Navy's operational and research needs. Interested parties may challenge the sole source designation by submitting written documentation to the primary contact, Sarah Schultz, at sarah.schultz@navy.mil, by the specified deadline, with the anticipated award date set for April 21, 2025.
MI-LUDINGTON BS-AQUACALC 5000 COMPUTER
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking quotations for the procurement of four Aquacalc 5000 computers, which are essential for measuring stream discharge. These electronic data logging devices are designed to enhance the efficiency of stream flow measurements, replacing traditional methods and improving scientific measurement capabilities in environmental management. The delivery of the devices is required by May 9, 2025, with quotations due by April 16, 2025, and interested small businesses are encouraged to participate. For further inquiries, potential bidders can contact John Skogen at JackSkogen@fws.gov or by phone at 612-713-5210.
CDC DFWED NARST Sensititre Supplies
Buyer not available
The Centers for Disease Control and Prevention (CDC) is seeking to award a sole source contract for antimicrobial resistance testing supplies, specifically Sensititreā„¢ broth microdilution testing products, from ThermoFisher Scientific. This procurement is essential for the National Antimicrobial Resistance Monitoring System (NARMS), which has utilized these proprietary materials since 1996 to ensure a standardized approach to monitoring enteric bacteria resistance. The unique nature of these supplies necessitates this sole source approach, as alternatives would require significant investments in new equipment and validation processes, potentially disrupting critical surveillance efforts. Interested parties may respond within 15 days to express their interest, with proposals directed to contract specialist Ashley Williams at dal3@cdc.gov.
B--Intent to Award Chlorophyll-a and Genomic Sample Analysis
Buyer not available
The U.S. Geological Survey (USGS) intends to award a sole source contract to Rensselaer Polytechnic Institute's Darren Fresh Water Institute (DFWI) for chlorophyll-a and genomic sample analysis, supporting the New York Water Science Center's monitoring project of remote Adirondack lakes. The contract aims to ensure the continuity and scientific integrity of long-term data collection and analysis, which is critical for maintaining comparability in environmental studies. This non-competitive firm fixed-price purchase order is set for the period from May 1, 2025, to April 30, 2026, with four option years available. Interested parties may submit capability statements to Jenna Dunning at jmdunning@usgs.gov by April 11, 2025, with the anticipated award date on April 21, 2025.
NM-REFUGES-Z6 LE UPFIT
Buyer not available
The U.S. Fish and Wildlife Service (FWS) is seeking qualified contractors to provide upfit services for emergency vehicles, specifically Ford F-150 trucks, to enhance the safety and functionality of Federal Wildlife Officers. The project requires the installation of emergency lighting, sirens, control consoles, and other law enforcement tools, adhering to strict quality and safety standards while minimizing modifications to maintain vehicle resale value. This initiative is crucial for ensuring that wildlife law enforcement personnel are equipped with reliable and effective vehicles for their duties. Interested vendors must submit their quotes by April 18, 2025, with a delivery deadline set for September 30, 2025. For further inquiries, potential bidders can contact Lydia Patrick at LydiaPatrick@fws.gov or by phone at 308-635-7851.