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
  1. 1
    Posted Jun 18, 2024, 12:00 AM UTC
  2. 2
    Updated Jun 18, 2024, 12:00 AM UTC
  3. 3
    Due Jun 25, 2025, 5:00 PM UTC
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
Jun 19, 2024, 3:55 AM UTC
Jun 19, 2024, 3:55 AM UTC
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Service Contract for 2 SPT Labtech Instruments
Buyer not available
The United States Department of Agriculture (USDA) is seeking responses for a Sources Sought Notification regarding an annual service contract for two specialized instruments: the SPT Labtech MHV mosquito pipettor and the SPT Labtech Dragonfly discovery 6-head dispenser. The contract will require comprehensive annual preventative maintenance visits, technical support, discounts on replacement parts, and prompt service visit responses to ensure the instruments are maintained for critical plant genetic research. Interested vendors must submit their responses by April 11, 2025, including their organization name, contact information, unique entity ID, and statements of capability, to Richard Hawthorne at richard.hawthorne@usda.gov.
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.
H--Notice of Intent to Sole Source
Buyer not available
The Environmental Protection Agency (EPA) intends to award a fixed-price contract on a sole source basis to Agilent Technologies, Inc. for the procurement of a new Agilent 8890/5977C (GC/MS) analysis instrument. This instrument is essential for the Laboratory Services and Applied Science Division (LSASD) to conduct volatile analysis of water and soil samples using multiple EPA methods, including 8260, 524, and 624. The decision to procure this specific system is based on its compatibility with existing Agilent equipment at the EPA Region Laboratory, which facilitates efficient analysis, maintenance, and training for staff. Interested parties may direct questions or comments to Contracting Officer Megan Wallace at Wallace.Megan@epa.gov or Contract Specialist Femi Obadina at Obadina.olufemi@epa.gov, with the procurement utilizing Simplified Acquisition Procedures under FAR Part 13.106-1(b)(1) for purchases not exceeding $250,000.00.
VetAlert FMD and ASF test kits
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to establish a sole-source indefinite delivery indefinite quantity (IDIQ) contract with Tetracore, Inc. for the procurement of diagnostic kits for Foot and Mouth Disease (FMD) and African Swine Fever (ASF). The USDA plans to purchase an initial 500 test kits for each disease, valued at $352,800 each, with potential annual renewals over a three-year period, emphasizing the critical need for these kits to maintain animal health readiness and prevent significant economic impacts from disease outbreaks. The justification for this sole-source procurement highlights Tetracore's unique qualifications, as it holds the only USDA licenses for these specific test kits and has validated products that meet regulatory standards. Interested parties can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210 for further information.
Preventative Maintenance for Auto Claves and Washers
Buyer not available
The U.S. Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified vendors to provide preventative maintenance services for autoclaves and washers located in Ames, Iowa. This procurement involves a firm fixed-price contract that includes a base year and four optional years, requiring bidders to account for all associated costs, including supplies and labor. The services are critical for ensuring the proper functioning and compliance of medical, dental, and veterinary equipment, which is essential for the agency's operations. Interested small businesses must submit their quotes, including a signed SF1449 form and proof of past performance, by 3:30 PM (EST) on the specified deadline, with questions directed to Contracting Officer Kathy Melby at kathleen.melby@usda.gov.
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.
Foreign Animal Disease (FAD) Diagnostic Products for Foot-and-Mouth Disease (FMD)
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking information on Foreign Animal Disease (FAD) diagnostic products for Foot-and-Mouth Disease (FMD). The objective is to enhance the availability of reliable and validated veterinary diagnostics, which are crucial for managing animal disease outbreaks and ensuring safe animal commerce. This initiative aims to gather data to potentially include new test kits in the National Animal Vaccine and Veterinary Countermeasures Bank (NAVVCB), with a preference for domestic suppliers. Interested vendors are encouraged to submit their company details and complete a questionnaire electronically to Kathy Melby at kathleen.melby@usda.gov. Responses are due by the specified deadline, and all submissions must be in PDF format. Information provided may be subject to disclosure under the Freedom of Information Act, so proprietary claims should be clearly marked.
Air Quality Permit Support - Mobile Incinerators
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking qualified contractors to provide Air Quality Permit Support services for mobile incinerators and cremation units. This fixed-price contract aims to ensure compliance with air quality regulations during animal disease health outbreaks, particularly in response to threats like African Swine Fever, which necessitate swift regulatory action across all U.S. states and Puerto Rico. The contract will be managed as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, focusing on obtaining necessary permits and identifying regulatory exemptions through extensive collaboration with state and federal agencies. Interested parties should contact Linda Washington at linda.w.washington@usda.gov or call 301-357-4973 for further details, and must ensure they are registered in SAM for federal payments.
H--Notice of intent to sole source
Buyer not available
The Environmental Protection Agency (EPA) is issuing a special notice regarding its intent to sole source a contract for analytical laboratory instruments. This procurement is aimed at acquiring specialized equipment and materials testing instruments, specifically under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing. The selected vendor will play a crucial role in supporting the EPA's laboratory operations, ensuring the accuracy and reliability of environmental testing. Interested parties can reach out to Megan Wallace at Wallace.Megan@epa.gov or call (513) 569-7927 for further details regarding this opportunity.
66--NOTICE OF INTENT LAMAR NFH NE FSHRY CTR LAB EQUIP
Buyer not available
The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to Avantor Science Central for the procurement of essential cold storage equipment and low-temperature ovens for the environmental DNA laboratory at the Northeast Fishery Center in Lamar, Pennsylvania. This procurement includes ultra-cold freezers, standard freezers, refrigeration units, and low-temperature ovens, specifically designed to meet the laboratory's operational needs and layout requirements. The equipment is critical for advancing genetic research and ensuring compliance with federal safety and operational standards in scientific initiatives. Interested parties may submit capability statements to Contracting Specialist Lee Ann Riley at leeriley@fws.gov by 2:00 PM EDT on April 18, 2024, to demonstrate their ability to provide competitive alternatives. This announcement serves as the only notice for this procurement, which will not be open for competitive quotes.