Dynex Agility Maintenance Agreement
ID: PR91936Type: Sources Sought
Overview

Buyer

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

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 3, 2025, 2:00 PM UTC
Description

The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking qualified vendors for a Dynex Agility Maintenance Agreement, which focuses on annual maintenance for a specific Dynex Agility unit. This procurement requires certified technicians to ensure compliance with original equipment manufacturer (OEM) warranty standards and will be conducted under simplified acquisition procedures for a 12-month period. The Dynex Agility system is critical for performing ELISA serological tests, and Dynex Technologies, Inc. is the sole source provider due to their exclusive knowledge and capability to deliver necessary support and maintenance. Interested parties must submit their responses by April 3, 2025, to the designated contacts, Ashley Williams and Sheena Delaine, via email, as this notice serves to gauge interest and capabilities rather than a request for competitive bids.

Point(s) of Contact
Ashley Williams
dal3@cdc.gov
Sheena Delaine
kpz5@cdc.gov
Files
Title
Posted
Mar 20, 2025, 5:06 PM UTC
The document outlines the justification for a non-competitive procurement action associated with Dynex Technologies, Inc., the sole source provider for maintenance and calibration of the Agility automated system used for ELISA serological tests. It references the Federal Acquisition Regulation (FAR) guidelines, particularly FAR 13.106 and FAR 8.405, which allow solicitation from a single source under specific circumstances such as urgency and the unique capability of the service provider. Dynex is identified as the only vendor capable of delivering necessary support due to their exclusive knowledge of the equipment, ensuring timely service for critical software updates and maintenance. Other alternatives were not considered due to the essential nature of Dynex's proprietary services and products. This document emphasizes the need for specialized service in maintaining the operational efficiency of the Agility equipment and adheres to federal procurement standards for sole source contracts.
Mar 20, 2025, 5:06 PM UTC
The CDC, through its National Center for Emerging and Zoonotic Infectious Diseases, intends to award a procurement for a Dynex Agility Services Agreement focused on annual maintenance for a specific Dynex Agility unit. This agreement requires certified technicians to ensure compliance with OEM warranty standards and will span a 12-month period. The procurement process will follow simplified acquisition procedures under FAR 13.106-1(b)(1) and 10 U.S.C. 2304(c)(1). Although interested parties may express their capabilities or submit proposals, this notice does not constitute a request for competitive bids. Responses must be submitted by April 3, 2025, and will guide the government in deciding whether to open the contract for competition. Responses should be emailed to the designated contact by the specified deadline. This contract action underscores the CDC's commitment to maintaining essential equipment through qualified service vendors while ensuring compliance with procurement regulations.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
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 Sensititre™ 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.
Skalar Equipment Maintenance
Buyer not available
The Department of Defense, through the U.S. Army Medical Research Acquisition Activity (USAMRAA), intends to procure maintenance services for Skalar Robotic Analyzer SP2000 equipment on a sole source basis from Skalar, Inc. The procurement includes annual preventive maintenance, repair services, parts replacement, and one emergency visit per year, with a contract period anticipated to consist of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in public health initiatives. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to the primary contact, Monica Perez, at monica.c.perez3.civ@health.mil.
SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
6640--FY 25 Short Term Emergency Contract Molecular Random Access Analyzer
Buyer not available
The Department of Veterans Affairs intends to award a sole-source contract to Cepheid for a Short Term Emergency procurement of a Molecular Random Access Analyzer, specifically the Cepheid GeneXpert Infinity Reagents and Consumables. This procurement is conducted under FAR 13.5 Simplified Procedures for Certain Commercial Items, emphasizing the need for efficient acquisition of critical laboratory equipment. The selected vendor must demonstrate technical capability to meet the government's requirements, with responses due by January 17, 2025, at 2:00 PM Eastern Time. Interested parties should submit their technical packages to Contract Specialist Darrin Alexander at darrin.alexander2@va.gov, noting that the government will not compensate for the information provided.
QuantStudio 6 Flex
Buyer not available
The Department of Defense, specifically the Naval Medical Research Center, is seeking a sole source contract with Life Technologies Corporation for an annual maintenance and service agreement for the QuantStudio 6 Flex PCR system. This contract will provide essential support for the Naval Medical Research Unit San Antonio's research projects, ensuring minimal disruption to critical operations through one annual preventative maintenance visit and timely on-site service, including remedial repairs with factory-certified parts. The importance of this system lies in its role in gene expression and infection response research, where equipment downtime could significantly impact productivity and mission effectiveness. Interested vendors should contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil or 301-319-6411 for further details, as the anticipated period of performance is from FY 25 to FY 26, with a base contract duration of 12 months and no option years.
D-25-L3-0008
Buyer not available
The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking to procure maintenance services and parts for the Gas Chromatography-Mass Spectrometry (GCMS) system manufactured by Agilent Technologies, Inc. The procurement aims to diagnose electronic issues, replace necessary parts, and ensure the continued functionality of this critical analytical equipment, which is essential for the DEA's operations. Due to Agilent's exclusive rights to service its equipment, the DEA intends to award a firm-fixed price sole source order, with a monetary threshold between $10,000 and $250,000, confirming that no other vendors are authorized to perform the required work. Interested parties capable of providing these services must submit their capability statements electronically to Ms. Angel Barkley at angel.d.barkley@dea.gov by April 17, 2025, at 2:00 PM EST for consideration.
INTEGRA SUPPLIES
Buyer not available
The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking competitive proposals for the procurement of Integra Supplies related to the GRIPTIP 4000, a specialized tool designed to enhance grip and control in laboratory applications. The procurement includes essential items such as microcentrifuge tube racks, pipettes, and sterile filter tips, which are critical for day-to-day testing in molecular and diagnostic laboratories that require extensive validation processes. This contract, categorized under NAICS code 621511 for medical laboratories, is vital for supporting the CDC's laboratory operations in infectious disease research and response, emphasizing the federal commitment to public health. Interested vendors must submit their quotes by April 21, 2025, with the contract duration set for six months, and can contact Sandra Adams at ab41@cdc.gov or Maria Jaine A. Sipin at msipin@cdc.gov for further information.
Equipment Maintenance, and Repair Services for Quantulus Liquid Scintillation Counters & Nucleic Acid Processor
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking to procure equipment maintenance and repair services for Quantulus Liquid Scintillation Counters and Nucleic Acid Processors on a sole source basis with Revvity, Incorporated. The contract will cover annual preventive maintenance, repair services, parts replacement, and one emergency visit per year for specific models of PerkinElmer Quantulus GCT and Chemagic Nucleic Acid Processors, with a term of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in health care administration and public health research. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to Monica Perez at monica.c.perez3.civ@health.mil, detailing their qualifications and ability to meet the specified requirements.
DX Application Performance Management (DX APM) Java and .NET Agent Maintenance
Buyer not available
The Department of Defense, specifically the Army Contracting Command – Rock Island (ACC-RI), is seeking proposals for the maintenance of DX Application Performance Management (DX APM) Java and .NET Agents, along with an upgrade to DX Introscope. This procurement involves support for seven licenses of the specified software, with a contract structured as a firm fixed-price purchase order over a potential five-year period, including one base year and four option years. The DX APM is crucial for enhancing the Army's IT infrastructure management and performance monitoring capabilities. Interested vendors must submit their quotes by 2 PM Central Time on April 16, 2025, via email to Morgan Dowell at morgan.a.dowell.civ@army.mil, and must be registered in the System for Award Management (SAM) prior to award.
Annual Service Contract/ Preventative Maintenance Plan for INTELLIFLEX DR-SE
Buyer not available
The U.S. Department of Agriculture (USDA) is seeking qualified small businesses to provide an Annual Service Contract and Preventative Maintenance Plan for the Luminex INTELLIFLEX DR-SE instrument at the Center for Grain and Animal Health Research (CGAHR) in Manhattan, Kansas. The contract requires two scheduled preventative maintenance visits annually, along with unlimited emergency services with a one-day response time to ensure optimal equipment operation. This procurement is critical for maintaining the functionality of laboratory equipment, which is essential for research activities, and is set aside for small businesses under the NAICS code 811210. Interested vendors must respond in writing with detailed qualifications, including company information and technical capabilities, to Jennifer Busbea at jennifer.busbea@usda.gov by the specified deadline.