Notice of Intent to Sole Source EggSorter Zebrafish Platform
ID: W91ZLK-25-Q-0014Type: Special Notice
Overview

Buyer

DEPT OF DEFENSE

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense is issuing a Notice of Intent to Sole Source for the procurement of a brand-name EggSorter Zebrafish Platform, essential for automated chemical and biological threat assessments at Aberdeen Proving Ground, Maryland. This acquisition includes the EggSorter platform, a biomarker module, various fluorescence filter blocks, a custom-sized wheel, a one-year software license, a maintenance contract, a LabSwipe tablet, and shipping arrangements, all aimed at enhancing laboratory capabilities in threat assessment. The EggSorter platform's unique capabilities necessitate sole-source procurement due to the lack of alternative sources that can meet the specific requirements, as confirmed by market research. Interested parties can reach out to Agnes Burke at agnes.v.burke.civ@army.mil or Tiffany White at tiffany.d.white23.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the justification process for soliciting contracts below the Simplified Acquisition Threshold (SAT) of $250,000, emphasizing the importance of thoroughly evaluating requirements and considering competition variances. It establishes guidelines for limiting competition, such as sole-source procurement based on urgency or exclusive licensing, while detailing the necessary sections to be completed in the justification document. The specific case cited involves the acquisition of a brand-name EggSorter Zebrafish Platform, critical for automated threat assessment in biological laboratories. It highlights that no alternative sources can meet the unique requirements given the device's exclusive capabilities and the necessity of compliance within the laboratory network. The market research results showed minimal competition, confirming the vendor's sole-source status, with recommendations to post the intent to sole-source for increased transparency. The document culminates with endorsements and review confirmations from relevant officials, underscoring compliance with regulations and financial authorizations. Overall, it reflects the procedural rigor inherent in government procurement practices to ensure accountability and efficiency while advocating for justified limitations on competition.
    The DEVCOM CBC is issuing a Request for Proposal (RFP) for the procurement of a brand-name EggSorter Zebrafish Platform and associated equipment for automated chemical and biological threat assessments. The procurement includes one EggSorter Zebrafish Platform, a biomarker module, various fluorescence filter blocks (GFP, TOM, MCHA, MCHC, YFP, BFP), a custom-sized wheel, a one-year software license, a one-year maintenance contract for zone 3, a LabSwipe tablet with a one-year license, and shipping arrangements for the setup of the instrument. Software updates will be provided electronically post-purchase. This acquisition aims to enhance capabilities in threat assessment, underscoring the importance of advanced technology in government defense and public safety initiatives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SMALL BUSINESS SET-ASIDE FOR ONE (1) Cleavage and Deprotection Oven and ONE (1) Oligonucleotide Purification System with additional specifications.
    Buyer not available
    The Department of Defense, specifically the Army Research Laboratory, is seeking proposals from qualified small businesses for the procurement of one cleavage and deprotection oven and one oligonucleotide purification system. The equipment must meet specific technical requirements, including programmable temperature control and the ability to process multiple oligonucleotides efficiently, with user training and installation services included. This procurement is crucial for advancing oligonucleotide research and ensuring compliance with federal standards. Interested parties should submit their proposals via email within five business days, with a delivery deadline set for May 30, 2025. For further inquiries, contact David Erb at david.j.erb4.civ@army.mil or Richard Caleb Baisden at richard.c.baisden2.civ@army.mil.
    NOTICE OF INTENT TO SOLE SOURCE FOR PREVENTATIVE MAINTENANCE SUPPORT AND REPAIRS OF Alpha/Beta Counters
    Buyer not available
    The Department of Defense, specifically the Department of the Army, has issued a Special Notice regarding its intent to sole source preventative maintenance support and repairs for Alpha/Beta Counters at Aberdeen Proving Ground in Maryland. The procurement aims to ensure the operational readiness and reliability of these critical laboratory instruments, which are essential for various testing and analysis functions within military operations. Interested vendors should note that the primary contact for this opportunity is Ike Wright, who can be reached at ike.a.wright2.civ@army.mil for further inquiries. Additional details regarding funding amounts and deadlines have not been specified in the available information.
    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.
    Notice of Intent to Sole Source to Extend Services for N6264520P0020 - Molecular Assay-Analyzers
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to issue a sole source bridge contract to BioFire Defense, LLC for the provision of a molecular diagnostic laboratory analyzer, along with necessary assays, reagents, and consumables at Naval Hospital Camp Pendleton and Naval Medical Center Portsmouth. The contract, which is set to run from April 16, 2025, to October 15, 2025, with an option for an additional six months, requires the analyzer to perform a variety of tests using polymerase chain reaction (PCR) technology, including respiratory, blood culture, gastrointestinal, and meningitis/encephalitis assays, while ensuring compliance with FDA regulations. This procurement is critical for maintaining effective diagnostic capabilities within military medical facilities, and interested vendors must submit capability statements by February 28, 2025, as the procurement will not be open for competitive proposals. For further inquiries, vendors can contact Margaret Suever at margaret.a.suever.civ@health.mil or by phone at 210-952-8283.
    N66001-25-Q-6086: Notice of Intent to Sole Source Award to Berkeley Nucleonics Corporation
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to award a sole source contract to Berkeley Nucleonics Corporation for the procurement of analytical laboratory instruments. This opportunity is focused on acquiring specialized equipment that is critical for various defense-related analytical applications, ensuring the Navy's operational capabilities are supported with high-quality instruments. The contract is categorized under NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing, and PSC code 66, related to Instruments and Laboratory Equipment. Interested parties can reach out to Contract Specialist Zachary T. Pilkington at zachary.t.pilkington.civ@us.navy.mil or by phone at 209-761-7179 for further details.
    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.
    InGas Sensor
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for an InGas Sensor to Axioma Optics, Inc., located in Somerville, MD. This procurement is being conducted under Simplified Acquisition Procedures, as the requirement is expected to be below the $250,000 threshold, and only one responsible source is deemed capable of fulfilling the agency's needs. The InGas Sensor is critical for optical instruments and test equipment, falling under the NAICS code 423490 and PSC code 6650, which are essential for various defense applications. Interested parties have three calendar days from the notice publication to express their interest and capability, with inquiries directed to Natalie Waugh at natalie.f.waugh.civ@us.navy.mil, referencing Notice of Intent number N00173-25-Q-0019.
    Sole Source to Shark Marine Technologies Inc. for Delta Maintenance Kits per attachments
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking to procure 25 Delta Maintenance Kits exclusively from Shark Marine Technologies, Inc. This sole source procurement is essential to support Fleet systems, particularly for EOD Group ONE's Mine Countermeasure missions, as only Shark Marine's proprietary parts can ensure consistent operational performance. The acquisition underscores the importance of utilizing original equipment manufacturer (OEM) components to maintain uniformity and reliability in tactical systems. Interested parties can reach out to Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil or Alan (Tyler) Bounds at alan.t.bounds.civ@us.navy.mil for further details regarding this opportunity.
    SPE4A825Q0036 - Manual-Conveyance Intelligent Fluorescent Penetrant System
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is preparing to issue a sole-source solicitation for a Manual-Conveyance Intelligent Fluorescent Penetrant Inspection System. This procurement aims to acquire one unit of the inspection system, with a contract completion timeline of 200 days after receipt of order (ARO), and includes a comprehensive technical data package detailing design, lubrication, supplies, and labor requirements. The system is crucial for ensuring the quality and safety of metal components, particularly in defense applications. Interested vendors should note that the solicitation is anticipated to be released on February 24, 2025, with a closing date of March 24, 2025. For further inquiries, Roberta Anderson can be contacted at roberta.anderson@dla.mil or by phone at 804-659-8013.
    Notice of Intent to Sole Source - USBP UGS Camera Sensors SC410 Upgrade
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), intends to award a sole source contract to Albers Aerospace for critical software upgrades to the SC-410 unattended ground sensor cameras. The procurement aims to integrate these cameras into the Government's Intelligent Computer Assisted Detection (ICAD) system, addressing software integration requirements that only Albers can fulfill, as they are the original manufacturer and sole provider authorized for these upgrades. The upgrades are essential for enhancing border security operations, ensuring that the UGS SC-410 cameras can be fully operational and effective. For further inquiries, interested parties may contact Frank S. Duarte at frank.s.duarte@cbp.dhs.gov; specific funding amounts and deadlines have not been disclosed.