D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
ID: DOIFFBO250070Type: Special Notice
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

IT AND TELECOM - HIGH PERFORMANCE COMPUTING (HPC) SUPPORT SERVICES (LABOR) (DB01)
Timeline
    Description

    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Life Technologies for maintenance and service of the Kingfisher Apex, a critical piece of eDNA processing equipment used at the Whitney Genetics Lab in Onalaska, WI. This contract, which includes a base year and four option years, is necessary as Thermo Fisher Scientific is the sole manufacturer and provider capable of servicing the equipment without voiding warranties or compromising compliance with proprietary service conditions. The Kingfisher Apex is essential for processing hundreds of eDNA samples annually, requiring ongoing calibration and repair to ensure operational efficiency. Interested parties may express their capabilities within seven days of this notice, which closes on April 25, 2025, at 5:00 p.m. Eastern Time. For inquiries, contact Melissa Niemi at melissa_niemi@fws.gov or by phone at 612-713-5216.

    Point(s) of Contact
    Niemi, Melissa
    (612) 713-5216
    (612) 713-5290
    melissa_niemi@fws.gov
    Files
    Title
    Posted
    The document is a Sole Source Statement from Thermo Fisher Scientific, addressed to the US Fish and Wildlife Service, certifying that Life Technologies is the only provider for maintenance and repair services for the KingFisher Apex Instruments (serial numbers: 714-801557, 714-801555). The statement highlights that Thermo Fisher Scientific possesses the exclusive knowledge and training necessary to service these instruments, as they are the original equipment manufacturer. There is an emphasis on the company's intellectual property rights regarding their data collection and service software, prohibiting any unauthorized access or resale by third parties. The document includes contact information for inquiries related to service contracts, underscoring the company's unique position in providing these specialized services. This statement is pertinent in the context of government procurement processes, as it outlines the justification for sole-source contracting, ensuring compliance with regulations that govern federal RFPs and contracts.
    The U.S. Fish and Wildlife Service seeks to establish a service contract with Thermo Fisher Scientific, the sole manufacturer of the Kingfisher Apex, for maintenance and technical support of their eDNA processing equipment. The document emphasizes that Thermo Fisher is the only provider capable of ensuring compliance with the equipment’s proprietary service and warranty conditions. The Whitney Genetics Laboratory relies heavily on the Kingfisher Apex for processing hundreds of eDNA samples annually, necessitating ongoing calibration and repair services to maintain timely operations. Non-authorized servicing would void warranties, reinforcing the need for the direct sourcing of services from Thermo Fisher. The anticipated costs for this contract are deemed fair and reasonable based on previous agreements, reflecting the high standards associated with advanced scientific equipment. The summary illustrates the project's reliance on brand-name justification, highlighting the barriers to competition in acquiring essential maintenance services. This initiative aligns with the federal requirement for competitive, transparent procurement processes in government contracting.
    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.
    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.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Garmin International, Inc. for the provision of annual subscriptions to aircraft navigation databases essential for the safety and operational efficiency of its fleet aircraft. This procurement is necessary to ensure continued access to critical navigation databases that enhance pilot situational awareness, navigation, and obstacle avoidance, which are vital for safe flight operations. The contract will be firm-fixed price and is expected to be awarded under the authority of FAR Part 13.106-1(b), with a total value not exceeding $250,000. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, but no telephone inquiries will be accepted.
    Life Technologies AB Assurance Maintenance Warranty Plan
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide a Life Technologies AB Assurance Maintenance Warranty Plan for the U.S. Army Criminal Investigation Laboratory (USACIL) and the Forensic Exploitation Department (FXD). This non-personnel services contract requires annual preventive maintenance and repair of Life Technology instruments, ensuring compliance with FBI Quality Assurance Standards and ISO 17025 for effective DNA processing. The contractor will be responsible for all necessary personnel, equipment, and supplies, while the government will provide certain facilities and materials. Interested parties can contact Maria Campbell at maria.campbell14.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil for further details. The contract is set to commence on January 1, 2026, and run through December 31, 2026.
    ICEPOES MX SERVICES
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for on-site service, maintenance, and software support for Perkin Elmer ICP-OES Optima 8300 DV instruments and Cetac ASX-560 autosamplers at the National Water Quality Lab in Denver, Colorado. The procurement includes a base year contract from February 1, 2026, to January 31, 2027, with two additional one-year options, emphasizing the need for adherence to OEM specifications and the use of certified technicians for repairs and maintenance. This service is critical for ensuring the operational efficiency and reliability of laboratory equipment used in water quality analysis. Interested vendors must submit their quotes by 11:00 AM EST on January 5, 2026, to the primary contact, Stephanie Doutt, at sdoutt@usgs.gov, with quotes remaining valid for 90 days.
    J--Notice of Intent to Sole Source - AB Sciex LLC
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) has issued a Notice of Intent to Sole Source for a Service Maintenance Agreement for the Sciex System X500R and associated nitrogen generator. This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory equipment used in environmental analysis and research. The maintenance services are essential for the upkeep of instruments that play a vital role in the EPA's mission to protect human health and the environment. Interested parties can reach out to Pam Daggs at Daggs.Pam@epa.gov or call 580-436-8511 for further details regarding this opportunity.
    12760423P0011 Intent to award Sole Source for Kaleidoscope Pro Justification
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, intends to award a sole source contract for the Kaleidoscope Pro software, which is essential for wildlife audio recordings. This Commercial off-The-Shelf (COTS) software is designed to assist biologists in conducting wildlife surveys for various species, including bats, birds, and amphibians, by enabling the sorting, auto-classification, and manual vetting of audio species detections. The software's unique features, such as acoustic clustering, noise analysis, and support for both standard and ultrasonic recording formats, play a critical role in long-term monitoring efforts and habitat restoration planning. Interested parties can reach out to Keith Bergstrom at keith.bergstrom@usda.gov for further information regarding this procurement opportunity.
    MERIDIAN IV MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole-source contract for the maintenance of the Meridian IV Microscope and associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an updated closing date of December 15, 2025, at 4:00 PM Eastern Time, and interested vendors must submit their offers via email to Cierra Vaughn at cierra.n.vaughn2.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Notice of Intent - Qiagen Master Service Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to negotiate a sole-source contract with Qiagen Inc. for the provision of annual preventive maintenance and service repair for Qiagen instruments utilized by the U.S. Army Criminal Investigation Laboratory (USACIL) and the Quality Management Division (QMDV). This contract will encompass technical support, parts, labor, and software updates to ensure the proper functioning of the instruments, adhering to FBI Quality Assurance Standards and ISO 17025 ANSI-ASQ. The contract is structured as a firm-fixed-price agreement for a 12-month base year, commencing January 1, 2026, and will be performed at USACIL in Forest Park, GA. Interested parties must submit written responses by 10:00 a.m. on December 15, 2025, to demonstrate that competition would be advantageous; otherwise, the award will proceed without further notice. For inquiries, contact Nina Rachal at nina.m.rachal.civ@army.mil or Shecoriya Byrd at shecoriya.r.byrd.civ@army.mil.
    J--Notice of Intent to Sole Source
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) has issued a Notice of Intent to Sole Source for the procurement of a Fisher Scientific Element 2 Mass Spectrometer. This specialized equipment is critical for the maintenance and repair of electronic and precision instruments used in laboratory settings. The procurement falls under the NAICS code 811210, which pertains to Electronic and Precision Equipment Repair and Maintenance, and is classified under the PSC code J066 for maintenance, repair, and rebuilding of laboratory equipment. Interested parties can reach out to Pam Daggs at Daggs.Pam@epa.gov or by phone at 580-436-8511 for further details regarding this opportunity.