Cyanoacrylate Fuming Chambers
ID: D-25-SS-0038Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFDRUG ENFORCEMENT ADMINISTRATIONHEADQUATERSSPRINGFIELD, VA, 22152, USA

NAICS

Other Professional Equipment and Supplies Merchant Wholesalers (423490)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)
Timeline
    Description

    The Department of Justice, specifically the Drug Enforcement Administration (DEA), is seeking to procure CA-3000 Cyanoacrylate Fuming Chambers through a sole source purchase order with Mystaire, Inc. This procurement is essential for the DEA's operations, as the fuming chambers are critical for chemical analysis and forensic investigations. The government intends to award a firm-fixed price contract based on the determination that only one source is reasonably available for this specific equipment. Interested vendors capable of providing the fuming chambers must submit their capability statements to Ms. Angel Barkley at angel.d.barkley@dea.gov by August 5, 2025, at 10:00 AM EST for consideration.

    Point(s) of Contact
    Ms. Angel Barkley
    angel.d.barkley@dea.gov
    Files
    Title
    Posted
    The Drug Enforcement Administration (DEA) has issued a Sources Sought Notice regarding the procurement of two CA-3000 Fuming Chambers. This announcement, part of their need for specialized equipment, invites responses from all businesses—including small entities—capable of fulfilling this requirement. The DEA emphasizes that this is not a solicitation for proposals and does not commit them to any contracts. Interested vendors are requested to submit a detailed capability statement outlining their technical ability and relevant past performance, alongside information on their organization and services. Responses are due by July 23, 2025, and should reference the "CA-3000 Fuming Chambers Requirement – DEA Aviation Division" in the subject line. This notice serves as a preliminary gauge of market capacity before a formal solicitation is issued, reflecting the DEA's initiative to gather market information for better decision-making in procurement processes.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    LEEDS PMA
    Buyer not available
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole source, firm-fixed-price contract with LEEDS Precision Instruments, Inc. for the purchase of extended warranty and software upgrades for the Evofinder System 848. This procurement aims to ensure timely and cost-effective preventive maintenance, instrument upgrades, and support for the Evofinder® Automated Ballistic Identification System, which is critical for the FBI's laboratory operations. Interested parties may submit capability statements or proposals to the primary contact, Adelle Bolton, via email at albolton@fbi.gov by 08:00 AM EST on December 13, 2025, to express their interest in this opportunity. Vendors must be registered in the System for Awards Management (SAM.gov) to be eligible for government contracts.
    Detector Kit, Chemical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for a firm-fixed price contract for 22 Chemical Detector Kits (NSN: 6665-01-706-8739, Manufacturer Part Number: 6001-000082-2), with an option for an additional 22 units. This procurement is critical for ensuring the availability of reliable hazard-detecting instruments, which play a vital role in military operations and safety protocols. Proposals must be submitted via email to Patricia Roussin at patricia.roussin@dla.mil by December 15, 2025, at 11:59 PM EST, and interested parties should note that a Technical Data Package is available on sam.gov, requiring a current DD 2345 for access. Compliance with specific packaging, marking, and delivery requirements is essential, with deliveries to be made FOB Destination to Pine Bluff, AR, within 90 days after contract award.
    Sole Source NOI - ITD-BWCPO VRS ELA 2.0
    Buyer not available
    The Department of Justice, specifically the U.S. Marshals Service (USMS), intends to award a sole-source contract to Axon Enterprise Inc. for an Enterprise License Agreement (ELA) related to their Axon Evidence Digital Evidence Management System (DEMS). This procurement is essential for the USMS Office of the Information Technology Division (ITD), Body Worn Camera Program Office (BWCPO), which oversees an agency-wide Body Worn Camera program aimed at enhancing public trust through transparency and accountability. The decision to pursue a sole-source contract is justified under FAR Subpart 6.103-1(a)(b) due to Axon being the sole responsible source and Original Equipment Manufacturer (OEM) of the required products. Interested parties may submit documentation to demonstrate their capability to fulfill the requirement, but the USMS will not be responsible for any costs incurred by respondents. For further inquiries, contact Mikelle Everett at mikelle.everett@usdoj.gov or call 202-819-6034.
    Sole Source Justification Field Emission Scanning Electron Microscope (FESEM)
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to procure a Sole Source Field Emission Scanning Electron Microscope (FESEM) through a Justification for Other Than Full and Open Competition (JOFOC). This procurement is essential for advancing NIST's capabilities in laboratory equipment and supplies, particularly in high-resolution imaging and analysis. The justification for this sole source acquisition will be publicly available within 14 days of the contract award, and the opportunity will remain open for 30 days in accordance with federal regulations. Interested parties can reach out to Nina Lin at nina.lin@nist.gov or Forest Crumpler at forest.crumpler@nist.gov for further inquiries.
    Two Chiller Replacement Project
    Buyer not available
    The Department of Justice, Drug Enforcement Administration (DEA) is seeking qualified contractors for the Two Chiller Replacement Project at the DEA Training Academy in Quantico, Virginia. The project involves replacing two aging 275-ton Trane chillers with new 300-ton Trane ACR 300T Series C R513A chillers and associated chilled water pumps to enhance energy efficiency and comply with environmental regulations. This procurement is critical for maintaining the operational integrity of the facility's climate control systems, ensuring a safe and effective training environment. Interested contractors must submit their proposals electronically by email to the designated contacts, Alycia Stevenson and Andrew Craig, and must be registered in the System for Award Management (SAM) at the time of submission. The project completion timeline is set for 12 weeks post-award, and all proposals must adhere to the specified requirements outlined in the solicitation.
    CHEM1520
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing, is seeking to justify a sole source procurement for the purchase of organo tin stabilizer, a PVC heat stabilizer, under purchase order 2031ZA23P00187. This contract has been awarded to Miles Ahead Distribution, highlighting the specific need for these chemicals in their operations. The procurement is critical for ensuring the quality and stability of materials used in the Bureau's printing processes. For further inquiries, interested parties can contact Melva Robinson at melva.robinson@bep.gov.
    SOLE SOURCE – HELIUM LEAK DETECTOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a helium leak detector through a sole source justification. This procurement is aimed at acquiring hazard-detecting instruments and apparatus, which are critical for ensuring safety and operational efficiency in various defense applications. The opportunity emphasizes the importance of specialized equipment in maintaining the integrity of systems that require precise leak detection capabilities. Interested parties can reach out to Alicia Dobbyn at alicia.a.dobbyn.civ@us.navy.mil or call 812-381-7260 for further details regarding this procurement.
    Synopsis - M256A2 Chemical Agent Detector Kit
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is preparing to solicit a five-year, firm-fixed price indefinite delivery indefinite quantity contract for the M256A2 Chemical Agent Detector Kit. This procurement aims to acquire an estimated total of 83,653 kits, with a minimum guaranteed quantity of 2,766 kits, essential for detecting chemical agents in various military operations. The solicitation, anticipated to be released within the next two months, will be conducted on a full and open competition basis, and interested parties are encouraged to monitor SAM.gov for updates and amendments. For inquiries, contact Contract Specialist Danielle Campbell at danielle.r.campbell9.civ@army.mil.
    HOTEL ROOMS FOR PARTICIPANTS OF SIU #126
    Buyer not available
    The Department of Justice, specifically the Drug Enforcement Administration (DEA), intends to award a sole source Purchase Order for hotel accommodations to the Comfort Inn for participants of SIU 126. The requirement includes 25 double occupancy rooms from January 17, 2026, to February 14, 2026, with the hotel conveniently located near the DEA Training Academy and various dining options. Interested vendors may submit a capability statement by December 9, 2025, at 10:00 A.M. Eastern Time, to Lori A. Love at Lori.A.Love@dea.gov, as the procurement will follow FAR Part 13 Simplified Acquisition Procedures, with a firm-fixed price anticipated for the award.
    Rapid Screening Device
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for a Rapid Screening Device (RSD) to Thermal Hazard Technology Inc. This procurement aims to secure a unique instrument that assesses explosives by simultaneously measuring pressure and energy release while collecting product gases, addressing issues related to sample homogeneity. The contract will be a firm fixed price, and interested parties must submit their capabilities by May 17, 2025, at 3 PM EST to Sharon Cooper at sharon.cooper@navy.mil. Vendors must also be registered in the System for Award Management (SAM) to be eligible for consideration.