Notice of Intent to Award to Sole Source - NCIRD’s Temperature Monitoring System Expansion
ID: 75D30124Q78015Type: Presolicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS (6685)
Timeline
    Description

    Notice of Intent to Award to Sole Source - NCIRD’s Temperature Monitoring System Expansion

    The Department of Health and Human Services, Department of, Centers for Disease Control and Prevention, CDC Office of Acquisition Services, has issued a Presolicitation notice for the expansion of NCIRD's existing automated temperature monitoring and notification system. The purpose of this procurement is to purchase equipment, installation, software set-up, and monitoring services from MesaLabs. The equipment must be compatible and integrated with the existing system.

    The equipment required for this expansion includes:

    • 47 DS-VP-PRO-900-S-TEMP-KIT
    • 36 DS-VP-PRO-900-S-CRYO-KIT
    • 35 DS-VP-PRO-900-S-DI-TEMP-HUMI_KIT
    • 8 DS-VP-PRO-900-S-TEMP-TEMP-KIT
    • 3 TWA20
    • 1 166678
    • 6 CM-000252
    • 123 CM-000183

    This procurement is being conducted as a sole source firm fixed price purchase order under the authority of FAR 13.106-1(b) (SAP) and 10 U.S.C. 2304(c)(1). Interested parties may express their interest and capability to respond to the requirement or submit proposals. However, this notice of intent is not a request for competitive quotations.

    Quotations/responses received within fifteen (15) days of the issuance of this notice will be considered by the government. The government reserves the right to determine whether to compete this proposed contract based on the responses received. Any quotation/response should be emailed to the contract specialist at xpv9@cdc.gov by COB August 2, 2024.

    The primary contact for this procurement is Megan Kelly, who can be reached at 4044984805 or xvp9@cdc.gov.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Notice of Intent to Sole Source Axisoscope Microscope
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source contract for the procurement of a Zeiss Axioscope 5 microscope system, which includes advanced fluorescence and darkfield imaging capabilities. This specialized equipment is critical for ongoing research related to HIV and sexually transmitted infections, as it offers superior imaging capabilities essential for high-quality live cell imaging and quantitative analysis, surpassing alternative products. Interested parties may submit capability statements or proposals for consideration, with all responses due by the specified deadline; inquiries can be directed to Jillian Martinez at uhs0@cdc.gov or Stephanie Reid at qsi5@cdc.gov.
    Notice of Intent to Sole Source to Micromeritics Instrument Corp for the Procurement of a High Performance Gas Pycnometer
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) intends to enter into a sole source contract with Micromeritics Instrument Corp for the procurement of a High Performance Gas Pycnometer, specifically the AccuPyc III 1350 model. This laboratory instrument is required to measure the true density of powders and dusts with a precision of 0.02% accuracy and 0.01% repeatability, operating within a temperature range of 5 to 60°C. The high-performance capabilities of this pycnometer are crucial for ensuring accurate measurement data, which is essential for experiments involving particle density and sedimentation. Interested parties may submit quotations or responses to Lena Torres at dgb1@cdc.gov by 4:30 p.m. EST on September 16, 2024, although this notice is not a request for competitive quotations.
    RISER Sources Sought
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking potential vendors for its Resources for Improvement of Surveillance and Emergency Response (RISER) program through a sources sought notice. The primary objective of this procurement is to enhance the availability and quality of laboratory reagents necessary for public health surveillance and emergency response, including the production of high-quality reference pathogens and the management of reagent distribution. This initiative is critical for supporting CDC's ongoing surveillance activities, vaccine development, and research related to public health issues. Interested parties are encouraged to submit their capabilities by September 17, 2024, and can contact Jennifer Gartzke at xuy7@cdc.gov or 404-498-0020 for further information.
    J063--Notice of Intent to Sole Source Preventive and Remedial Maintenance for a Temptrak Monitoring System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract for preventive and remedial maintenance services for a Temptrak Monitoring System at the Overton Brooks Veterans Affairs Medical Center in Shreveport, Louisiana. The contract will be fixed-price and directed to Trillamed, LLC, as they are the only responsible source capable of fulfilling the specific brand-name requirements of the monitoring system. The maintenance services will include 24/7 emergency support, calibration services, battery replacements, annual system reviews, software upgrades, and unlimited training resources, which are critical for the effective operation of the monitoring system. Interested parties may express their interest and capability to compete for the contract by contacting Contracting Officer Ross Futch at ross.futch@va.gov before the response deadline of September 16, 2024, at 6 PM Central Time.
    Mine Roof Simulator Repair
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is planning to issue a sole source order for Mine Roof Simulator Repairs. The Mine Roof Simulator is a large press used to measure the structural performance of roof supports and ventilation structures in coal mines, ensuring the safety of coal miners. The simulator has specific dimensions, with upper and lower platens measuring 20 feet by 20 feet and the ability to accommodate a specimen up to 16 feet tall. It can apply 1500 tons of vertical force, 800 tons of horizontal force, and react to 800 tons of lateral force. The purpose of this acquisition is to ensure the continued operation of the Mine Roof Simulator Laboratory at the lowest possible cost. The repairs required include replacing the Teflon coating on all four horizontal actuators. MTS Systems Corporation has been identified as the sole source for this repair work. Interested parties must be registered in the System for Award Management (SAM) prior to the award of the federal contract. Responses to this notice will be considered to determine whether a competitive procurement is necessary. Capabilities statements and pricing information should be submitted to Bethany Diaz, the Contract Specialist at CDC, by December 20, 2023.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    COMPREHENSIVE FIVE YEAR SERVICE PACKAGE - ENVIRONMENTAL MONITORING SYSTEM SERVICE (AMBIS 2203139)
    Active
    Health And Human Services, Department Of
    Presolicitation Notice: Department of Health and Human Services, Department of National Institutes of Health (NIH) intends to negotiate with Rees Scientific for the procurement of an environmental monitoring system package. The package includes a comprehensive five-year service package with various components and documentation. The service shall be performed at Rocky Mountain Laboratories (RML) in Hamilton, MT. The monitoring system is required to ensure compliance with regulations enforced by the Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC) for animal research operations at RML. This is a sole source requirement, and no other company has the authority to perform these critical services. Interested parties may submit a capability statement for consideration by the Government.
    NOTICE OF INTENT GSU THC Cepheid COVID-19/FLU/RSV
    Active
    Health And Human Services, Department Of
    The Indian Health Service, specifically the Navajo Area Indian Health Service, intends to negotiate a sole-source contract with Cepheid for the procurement of test kits designed for PCR testing of SARS-Cov-2, Influenza A, Influenza B, and Respiratory Syncytial Virus (RSV) compatible with the Cepheid Infinity Analyzer. These test kits are critical for enhancing diagnostic capabilities in the Gallup Service Unit located in New Mexico, as they have been validated to meet CLIA 88 laboratory standards and are approved by the FDA or covered under an Emergency Use Authorization. Interested vendors who believe they can provide the required supplies are invited to submit a capability statement by 10:00 am MDT on September 16, 2024, with the understanding that this notice does not constitute a request for quotations. For further inquiries, vendors may contact Ken Parrish, Purchasing Agent, at Ken.Parrish@ihs.gov.
    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 - CAREFUSION for Pyxis rental with full support
    Active
    Health And Human Services, Department Of
    Special Notice: HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to negotiate a sole source contract with CareFusion Solutions for Pyxis rental with full support. Pyxis is a drug automated distribution system that controls the availability, access distribution, and patient safety. The contract will be in effect from the date of award to March 31, 2025. This is a non-competitive procurement based on exclusive licensing agreement. Other potential sources may submit a capability statement by July 24th, 2024.