OneVision Seammate System
Type: Special Notice
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOOD SAFETY AND INSPECTION SERVICEUSDA, FSIS, OAS PCMBBELTSVILLE, MD, 20705, USA

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

    The U.S. Department of Agriculture's Food Safety and Inspection Service (FSIS) intends to award a sole source contract to OneVision Corporation for the acquisition of the SeamMate® System with Pro 400 Video Module. This procurement is essential for meeting specific ISO/IEC 17025 standards, as the equipment must possess NIST traceability and fulfill the agency's laboratory needs with its fully enclosed and automated design, which enhances safety and operational efficiency. The contract, valued as a firm-fixed price, is set aside for small businesses, reflecting the government's commitment to supporting smaller entities in the contracting process. Interested parties may submit capability statements for future competitive procurement consideration by September 30, 2024, and should direct inquiries to Eric Schnitzler at Eric.Schnitzler@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of Agriculture's Food Safety Inspection Service (FSIS) plans to award a sole source contract to OneVision Corporation for the SeamMate® System with Pro 400 Video Module. This contract, valued as a firm-fixed price, is not open for formal solicitation; however, responsible entities may submit capability statements for future consideration of competitive procurement. The deadline for such submissions is September 30, 2024, allowing the government to assess if competition would benefit the procurement. The contracting office is located in Beltsville, Maryland, and the contract will be performed in Albany, California. Notably, this procurement is set aside for small businesses, emphasizing a commitment to support smaller entities in government contracting. The aim is to ensure efficiency in acquiring necessary laboratory equipment and supplies, indicating the agency's operational needs in enhancing food safety measures.
    The United States Department of Agriculture (USDA) has issued a Limited Source/Brand Name Justification for the procurement of a SeamMate System with Pro 400 Video Module from One Vision Corporation. This decision is based on the necessity to fulfill specific ISO/IEC 17025 standards, which require equipment with NIST traceability. One Vision's products are uniquely suited for the agency's laboratory needs due to their fully enclosed and automated seam saw, which addresses safety concerns and meets physical and electrical specifications. Market research determined no alternative competitors could provide equivalent equipment that satisfies these precise requirements, as others lacked essential capabilities such as automation, system compatibility, and adequate safety features. The justification outlines the rationale for the lack of competition and recommends One Vision as the sole provider. The document emphasizes the importance of documenting circumstances that limit competition in accordance with federal regulations, ensuring transparency in the procurement process.
    Lifecycle
    Title
    Type
    OneVision Seammate System
    Currently viewing
    Special Notice
    Similar Opportunities
    Notice of Intent to award sole source purchase order for Rigaku Supermini200 High Powered Benchtop Wavelength-Dispersive X-ray fluorescence Spectrometer
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) intends to award a sole source purchase order for a Rigaku Supermini200 High Powered Benchtop Wavelength-Dispersive X-ray fluorescence Spectrometer to Rigaku Americas Inc. This procurement is essential for the USDA's Farm Production and Conservation (FPAC) and the National Conservation Resource Service (NRCS) to enhance their analytical capabilities in soil conservation efforts. Interested parties who believe they can meet the requirements must submit a statement of capabilities by October 4, 2024, at 10:00 AM ET, to the primary contact, Eugene Jackson, at eugene.jackson2@usda.gov. The procurement will be conducted in accordance with FAR Parts 12 and 13, and no solicitation for competitive quotes will be issued.
    Notice of Intent to Sole Source - USDA-ITSD-NIFA; CuadraSTAR Software Maintenance Support and License Renewal
    Active
    Agriculture, Department Of
    Sources Sought Notification for CuadraSTAR Software Maintenance Support and License Renewal. The United States Department of Agriculture (USDA) is seeking information for the procurement of CuadraSTAR Software Maintenance Support and License Renewal. This software is used to support the National Institute of Food and Agriculture (NIFA). Interested vendors are invited to submit a response by 12:00pm ET on 22 December 2023. The response should include organization details, capability statement, and certification of Authorized Reseller status. No proprietary or sensitive information should be included in the response. The USDA reserves the right to use any nonproprietary technical information in any future solicitation(s).
    Supplement 210 to the AMS Master Solicitation for the Purchase of Miscellaneous Beef Items for Distribution
    Active
    Agriculture, Department Of
    The US Department of Agriculture's Agricultural Marketing Service (AMS) has issued an updated Supplement 210 as part of its Master Solicitation for the procurement of frozen miscellaneous beef items for federal food and nutrition assistance programs. The focus is on purchasing beef roasts and diced beef from qualified suppliers. This opportunity is primarily aimed at ensuring an adequate supply of beef products that adhere to specific quality, safety, and compliance standards. The AMS seeks to engage suppliers who can meet these criteria while also adhering to humane animal handling practices and food defense requirements. Scope of Work The key tasks for the successful awardee will involve: Supplying frozen beef roasts and diced beef that meet the specified standards, including meat component, grade, and pathogen intervention requirements. Adhering to detailed harvesting, packaging, and labeling instructions, ensuring product integrity and safety. Delivering the beef items under specific temperature requirements and with appropriate sealing and labeling to ensure security and compliance. Providing a warranty, complaint resolution procedures, and a mechanism to prevent the delivery of non-conforming products. Bearing the cost of any audits or certification processes required for contract compliance. Eligibility Criteria Potential applicants should possess the capabilities to meet the extensive requirements outlined in the Federal Purchase Program Specification (FPPS). This includes the ability to harvest, process, and supply beef products that align with the specific standards detailed in the solicitation. Experience in working with the USDA and knowledge of its regulations and standards would be a distinct advantage. Funding and Contract Details The contract type and estimated funding associated with this opportunity were not provided. However, the solicitation indicates that the USDA intends to procure a significant quantity of frozen beef items over an extended period. Applicants should factor in the potential costs of compliance with the extensive requirements outlined in the FPPS. Submission Process The submission process involves a two-stepped approach: Applicants should first submit a technical proposal via email, following a specified format. This proposal should outline their capabilities and how they meet the specific requirements. Changes to the technical proposal can be made at any time before the unspecified deadline. It is the responsibility of the applicant to ensure their proposal remains up-to-date. Evaluation Criteria The evaluation of applications will give priority to suppliers who can demonstrate an understanding of and ability to meet the detailed requirements outlined in the solicitation. The USDA will assess applicants' capacity to adhere to the FPPS specifications, their experience in the industry, and their proposed production plans. Additionally, the USDA will conduct a food defense audit of each applicant's Food Defense Plan before opening bids. Contact Information For further clarification or questions, interested parties can contact Mark Lemon at mark.lemon@usda.gov. Suppliers should carefully consider the comprehensive requirements before submitting their applications. The solicitation, with its detailed specifications, serves as a comprehensive guide for applicants.
    Notice of Intent to award sole source delivery order - Trimble Products
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Farm Production and Conservation (FPAC) Business Center, intends to award a sole source delivery order to Trimble, Inc. for the procurement of Trimble products, which include necessary warranty and repair services, as well as a trade-in of existing government-owned equipment. This procurement is critical for ensuring interoperability with existing Trimble equipment utilized by the Natural Resources Conservation Service (NRCS) in Iowa, as Trimble is the only provider that meets the specific requirements outlined in the Federal Acquisition Regulations (FAR). The estimated total value of this procurement is $1,367,849, and interested parties may submit capability statements to the primary contacts, Eugene Jackson and Andrew Sawyer, by September 30, 2024, at 10:00 PM Eastern Time (ET).
    MALDI-TOF Mass Spectrometer
    Active
    Agriculture, Department Of
    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.
    Intent to Sole Source - DNA Purification System
    Active
    Agriculture, Department Of
    The Department of Agriculture's Forest Service, specifically the Pacific Northwest Research Station, intends to award a sole-source contract for the acquisition of a Thermo Scientific™ KingFisher™ Duo Prime Purification System. This specialized equipment is essential for projects focused on detecting invasive forest pathogens, which require high-quality DNA extraction from complex samples such as soil and water. The KingFisher system, utilizing advanced magnetic bead technology, allows for efficient processing of up to 96 samples simultaneously, addressing previous challenges faced with conventional DNA extractors. For further inquiries, interested parties can contact Nola Wisenor at nola.wisenor@usda.gov.
    LF RFID 840 USDA Official ID button-type Tags
    Active
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking manufacturers to supply plastic tamper-evident low frequency radio frequency identification (LF RFID) 840 USDA Official ID button-type ear tags for swine. The procurement aims to identify qualified manufacturers who can provide these tags, which are essential for the official identification of swine across the nation, ensuring compliance with USDA regulations. Interested manufacturers must be USDA approved low frequency 840 device manufacturers, or have submitted an acceptable application for approval prior to the solicitation closing date, with the anticipated contract being a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) for a period of five years. For further inquiries, interested parties can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210.
    Electronic Warehouse and Commodity Management Data (eWCMD)
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to extend the existing contract for the Electronic Warehouse and Commodity Management Data (eWCMD) project. This initiative aims to enhance the Warehouse Examination System by expanding its functionalities and replacing outdated systems, ensuring compliance with security requirements and industry standards, including accessibility for individuals with disabilities. The contract, which has been increased to a maximum value of $4.4 million, will support Agile development processes and is crucial for improving operational capabilities in USDA's agricultural marketing services. Interested parties can contact Jeremy A. Pouliot at jeremy.pouliot@usda.gov or by phone at 612-336-3204 for further details.
    D--Special Notice of Intent to Sole Source Award.
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Norbit US LTD for the continued access to specialized software essential for processing multibeam sonar data. This procurement is aimed at securing the POSPac MMS with SmartBase and Qimera/Fledermaus FM Geocoder software, which is critical for standardized data processing in collaboration with partner agencies, including the U.S. Geological Survey (USGS). Norbit US LTD is uniquely qualified to provide the necessary expertise for utilizing this software, as they are the only vendor capable of supporting the specific requirements associated with the Norbit multibeam sonar. Interested parties who believe they can meet these requirements may submit a statement of capabilities via email to Lorenzo Aragon at lorenzoaragon@fws.gov, with the contract value not exceeding $250,000 and no competitive quotes being solicited.
    SERVICE CONTRACT OF FORTESSA AND FACS FLOW SUPPLY SYSTEM (AMBIS 2239377)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) and its National Institute of Allergy and Infectious Diseases (NIAID), is seeking quotes for a service contract to maintain the LSR Fortessa and FACS Flow Supply System. The procurement requires comprehensive maintenance services, including preventive inspections, OEM parts, and unlimited support to ensure the equipment remains fully operational for ongoing research. This contract is critical for maintaining the integrity of laboratory operations, with a performance period from November 8, 2024, to November 7, 2025. Interested vendors must submit their quotes via the NIAID electronic Simplified Acquisition Submission System (eSASS) by September 30, 2024, at 12:00 PM EST, and can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov for further information.