Fluent 480 w/ airFCA & RGA-FES & HEPA
ID: 12639524Q0210Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICE

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    Special Notice: AGRICULTURE, DEPARTMENT OF intends to award a sole source supply contract for a Fluent 480 w/ airFCA & RGA-FES & HEPA. This equipment is typically used for analytical laboratory testing and reporting. The contract will be a fixed price Purchase Order under FAR PART 12 Acquisition of Commercial Items. The place of performance will be in Ames, Iowa, United States. Interested sources are encouraged to contact APHIS for implementing the Fluent 480 Base Unit. The closing date for this notice is June 25, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    MALDI-TOF Mass Spectrometer
    Buyer not available
    The Department of Agriculture, specifically the Agricultural Research Service, has issued a Combined Synopsis/Solicitation notice for the procurement of a MALDI-TOF Mass Spectrometer. This instrument is used in analytical laboratories for the identification and analysis of various substances. The procurement is set aside for small businesses and the place of performance is in Ames, Iowa, United States. The solicitation is for a Firm Fixed Price contract and the basis for award is Lowest Price Technically Acceptable (LPTA). Interested contractors must submit their quotes electronically by July 26, 2024, and must be registered in the System for Award Management (SAM). The contract documents can be found on the government webpage and any amendments will be posted there as well.
    Genesis 25 EL with Wizard Control Maintenance Plan
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking a contractor for the maintenance and service of three Genesis 25L freeze-dry/lyophilize platforms located at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The contract requires annual preventative maintenance visits, the provision and replacement of specific parts, and online technical support at no additional cost, ensuring that the equipment remains within the manufacturer's specifications. These platforms are crucial for producing diagnostic reagents for tests related to High Path Avian Influenza and other domestic diseases, highlighting their importance in veterinary diagnostics. Interested parties should contact Caroline Russell at caroline.russell@usda.gov or call 202-570-2312 for further details, with maintenance expected to commence within 45 days post-contract award.
    BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure diagnostic test kits for Theileria equi and Babesia caballi at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The BPA aims to ensure the availability of these essential diagnostic tools to support livestock disease control efforts, with a total ceiling of $2 million for all orders over the contract period from February 1, 2024, to January 31, 2029. Interested vendors are encouraged to submit quotations by January 22, 2026, detailing their pricing, qualifications, and compliance with regulatory requirements, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors may contact Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535.
    SS - USAFSAM/OEAL High Pressure Liquid Chromatography System with UV- DAD and Fluorescence Detectors (LC UV FLD)
    Buyer not available
    The Department of Defense, specifically the Air Force Materiel Command, is seeking sources for a High Pressure Liquid Chromatography System with UV-DAD and Fluorescence Detectors (LC UV FLD) for the USAF School of Aerospace Medicine's Industrial Hygiene Laboratory. The procurement aims to replace outdated equipment that is no longer viable for assessing workplace exposures to organic contaminants at Air Bases, emphasizing the need for advanced analytical capabilities to ensure safety and compliance with NIOSH and OSHA standards. This system is critical for public health monitoring and research, requiring specific features such as a quaternary pump, column oven, and autosampler, all fitting within a designated laboratory space of approximately 3ft x 2ft. Interested parties should contact Jason Sav at jason.sav@us.af.mil for further details regarding this opportunity.
    Notice of Intent to Sole Source Cavity Ringdown Gas Analyzer for Trace Moisture
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to issue a Sole Source Award to Tiger Optics LLC for a Cavity Ringdown Gas Analyzer designed to measure trace moisture in semiconductor manufacturing processes. The procurement requires a gas analyzer with specific technical specifications, including a detection limit of 1 µTorr or better, self-tuning laser capabilities, and electropolished stainless steel wetted surfaces, which are critical for enhancing metrology in the semiconductor supply chain. This initiative is part of NIST's efforts to improve process diagnostics for vapor phase deposition, and the notice invites responses from potential sources to provide relevant company details, product specifications, and compliance with the NAICS code 334516. Interested parties can reach out to Elizabeth Timberlake at elizabeth.timberlake@nist.gov or Donald Collie at donald.collie@nist.gov for further information, noting that this notice is for market research purposes only and does not guarantee a contract award.
    Notice of Intent to Sole Source: Allergen Extract Supplies
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to execute a Sole Source Award for allergen extract supplies to support the United States Army Centralized Allergen Extract Laboratory (USACAEL) at Fort Meade, Maryland. This procurement, valued at approximately $1.8 million, will involve a Firm Fixed Price contract with a performance period from August 16, 2025, to August 15, 2030, and may include a potential 6-month extension. The supplies are critical for managing allergies and food-related health issues, requiring the contractor to meet stringent FDA approval and USP compliance standards while demonstrating the ability to supply at least 98% of the requested allergen extracts. Interested parties should respond to the notice by contacting Alexis Medrano or Catherine-Tehila Johnson via the provided email addresses by the specified deadline.
    Labconco Fume Hood
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of a Labconco brand fume hood assembly, which is essential for the B-21 Low Observable Maintenance at Ellsworth Air Force Base in South Dakota. The procurement aims to acquire a fume hood that meets specific technical requirements, including superior containment of toxic substances and compliance with OSHA standards, to ensure safety in laboratory environments. This equipment is critical for maintaining low observable conditions and facilitating safe handling of hazardous materials during maintenance operations. Interested vendors must submit their quotes electronically by the specified deadlines in March 2025, and they can reach out to Jason Hankins or Martel Angelo M. Surop for further inquiries regarding the solicitation.
    Notice of Intent to Sole Source - NRCS IL Trimble Software
    Buyer not available
    The Department of Agriculture, through the Farm Production and Conservation Business Center, intends to award a sole source contract to Trimble Inc. for an annual subscription of Virtual Reference Station (VRS) services, specifically covering 19 units of the Ag Regional VRSNow RTK GNSS system for four option years beyond the initial purchase. This procurement is classified under NAICS code 513210, which pertains to software publishing, and is crucial for enhancing agricultural precision and efficiency through advanced GNSS technology. Interested parties may submit capability statements by March 7, 2025, to determine the feasibility of future competitive procurement, with all inquiries directed to Sandra Driver at sandra.driver@usda.gov or Nancy W. Harris at nancy.harris@usda.gov.
    AGILANT OF RENEWAL
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking quotations for a maintenance contract renewal for Agilent Technologies instruments at the U.S. Naval Fuels & Lubricants Chemistry Laboratory. The procurement aims to secure preventative maintenance and on-demand services to ensure the optimal performance of critical analytical equipment, which is essential for supporting naval operations related to fuel and lubricant services. This contract, which spans from February 17, 2025, to February 16, 2026, includes specific service expectations and compliance with federal, state, and local regulations. Interested vendors should direct inquiries to Annie N. Bohmann at annie.n.bohmann.civ@us.navy.mil for further details regarding the submission process and requirements.
    Smith's Detection X ray machine maintenance
    Buyer not available
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking maintenance services for Smith's Detection X-ray machines. This procurement aims to ensure the operational efficiency and reliability of critical inspection equipment used in safeguarding agricultural health. The maintenance services are vital for maintaining compliance with federal standards and ensuring the effectiveness of inspection processes. Interested parties should refer to the Limited Sources Justification document for details on the sourcing approach and compliance standards, and they may contact the office in Minneapolis, MN, for further inquiries.