QIACUBE CONNECT - Brand Name Only
ID: 140G0125Q0121Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUSITION GRANTS-NATIONALRESTON, VA, 20192, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

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

    The U.S. Geological Survey (USGS), part of the Department of the Interior, is seeking to procure a QIAcube Connect automated system for spin-column purification of DNA, RNA, or protein from environmental samples, specifically on a brand name only basis. This equipment is essential for advancing environmental research projects, including environmental DNA detection and gene expression analysis, and must automate the purification process for up to 12 samples per run while ensuring reproducibility and preventing cross-contamination. Interested vendors must be registered in the System for Award Management (SAM) and are encouraged to submit their quotes by May 13, 2025, following the issuance of the Request for Quote (RFQ) on or about May 6, 2024. For further inquiries, potential bidders can contact Rafael Anderson at rlanderson@usgs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior's U.S. Geological Survey, through its Columbia Environmental Research Center, is seeking an automated system for spin-column purification of DNA, RNA, or protein from environmental samples. This instrument will facilitate projects focused on environmental DNA detection, gene expression analysis, RNA interference, and DNA sequencing, funded by the USGS Ecosystems Mission Area programs and additional grants from the Department of Defense's SERDP. The required system must automate the purification process for up to 12 samples per run, ensure reproducibility of results, prevent cross-contamination, and include a barcode scanner for efficient sample tracking. The delivery of the instrument is expected within 6 weeks after the purchase order is completed. This initiative underscores the USGS's commitment to advancing environmental research through improved analytical capabilities.
    The document outlines the accessibility requirements for Information and Communication Technology (ICT) under Section 508 of the Rehabilitation Act. It emphasizes that all ICT components must conform to defined standards catering to various disabilities, including visual, auditory, speech, and cognitive impairments. Specific performance criteria are stipulated, mandating modes of operation that are accessible without requiring user vision, hearing, or fine motor skills. Offerors are instructed to submit an Accessibility Conformance Report (ACR) detailing how their ICT items meet Section 508 standards using the Voluntary Product Accessibility Template. The report must explain any "Not Applicable" responses and describe the evaluation methods used to support conformance claims. Additionally, the document stresses the importance of universal design principles and accurate user scenarios for inclusive testing. The government retains the right to test the ICT items to validate conformance claims, and any discrepancies may result in required remediation before acceptance. This document serves as part of the federal contracting process, ensuring that accessible technology is developed for all users, particularly those with disabilities, and aligns with government procurement standards for accessibility.
    The Department of the Interior’s U.S. Geological Survey intends to procure a QIAcube Connect automated system on a limited source basis, justified under FAR 13.106-1 due to its unique capability to fulfill a specialized requirement for spin-column purification of biological samples. This firm fixed price contract with QIAGEN LLC specifically addresses the needs of projects funded by multiple USGS programs, including invasive species research and environmental health assessments. The QIAcube Connect is key for conducting advanced techniques like environmental DNA detection and DNA sequencing, featuring full automation, parallel processing for up to 12 samples, and built-in quality assurance to mitigate contamination risks. Market research indicated QIAGEN is the sole provider of this equipment, reinforcing the decision to pursue a sole-source procurement. To promote competition in the future, the agency commits to conducting market research for similar requirements. The document underscores the importance of the equipment in supporting critical scientific research while ensuring a fair price through comparison with similar products as needed.
    The document serves as a Request for Proposal (RFP) and solicitation notice for potential contractors to provide specific laboratory equipment, namely the QIAcube Connect, along with associated services. It outlines critical contractual elements, including a small business set-aside classification, delivery timelines, and administrative control by the U.S. Geological Survey (USGS). Key points include the contractor's obligations under existing regulations, the requirement to submit invoices electronically through a specified platform, and adherence to various Federal Acquisition Regulation (FAR) clauses relevant to procurement processes. The proposal includes sections detailing the technical direction provided by a Technical Liaison, compliance requirements for contractors regarding telecommunications equipment, and the necessity of System for Award Management (SAM) registration. Overall, this RFP emphasizes procurement transparency, regulatory compliance, and timely delivery in the acquisition of laboratory equipment to support the USGS's operational objectives while prioritizing small business engagement in federal contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Sources Sought
    Similar Opportunities
    Acoustic Doppler System IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide an Acoustic Doppler System in accordance with specified salients, to be delivered to West Sacramento, CA. The procurement requires a geophysical instrument, specifically a Nortek Aquadopp Profiler and HR Mode, which must meet detailed technical specifications including a three-beam configuration, operational acoustic frequency of 2 MHz, and various internal sensors. This acquisition is crucial for the USGS's water resource management and monitoring efforts, with the Request for Quote (RFQ) scheduled to be issued on December 11, 2025, and quotes due by December 17, 2025, at 11:00 AM ES. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov before the question deadline.
    Notice of Intent - Qiagen Master Service Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to negotiate a sole-source contract with Qiagen Inc. for the provision of annual preventive maintenance and service repair for Qiagen instruments utilized by the U.S. Army Criminal Investigation Laboratory (USACIL) and the Quality Management Division (QMDV). This contract will encompass technical support, parts, labor, and software updates to ensure the proper functioning of the instruments, adhering to FBI Quality Assurance Standards and ISO 17025 ANSI-ASQ. The contract is structured as a firm-fixed-price agreement for a 12-month base year, commencing January 1, 2026, and will be performed at USACIL in Forest Park, GA. Interested parties must submit written responses by 10:00 a.m. on December 15, 2025, to demonstrate that competition would be advantageous; otherwise, the award will proceed without further notice. For inquiries, contact Nina Rachal at nina.m.rachal.civ@army.mil or Shecoriya Byrd at shecoriya.r.byrd.civ@army.mil.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as outlined in solicitation RFQ 140G0126Q0011. The procurement requires "Brand Name or Equal" remote control kits for Teledyne RDI River Pro/River Ray and StreamPro ADCPs, which must be delivered to the USGS Caribbean-Florida Water Science Center in Tampa, FL, within 30 days of order receipt. These systems are crucial for converting ADCPs into unmanned surface vehicles, enhancing data collection capabilities in aquatic environments. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. All bidders must be registered at SAM.gov to be eligible for contract award.
    GNSS Receiver and Accessories IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide GNSS receivers and accessories in accordance with specified salients for the Pennsylvania Water Science Center. The procurement involves the delivery of brand-name or equal drafting, surveying, and mapping instruments, specifically Trimble GNSS receivers and controllers, to be completed within 30 days of the purchase order. This equipment is crucial for various scientific and environmental monitoring applications, enhancing the USGS's capabilities in data collection and analysis. Interested vendors must submit their quotes electronically by December 16, 2025, at 11:00 AM ES, and are encouraged to direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 15, 2025. Registration at SAM.gov is required for contract award eligibility.
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking a contractor to operate the GA99 site as part of the National Trends Network, focusing on the collection of water quality samples in Tift County, Georgia. The contractor will be responsible for collecting weekly precipitation samples, performing laboratory measurements, and shipping samples to the Wisconsin State Laboratory of Hygiene, adhering to specific protocols outlined in the NTN Site Operations Manual. This procurement is critical for monitoring environmental trends and ensuring data integrity, with a contract period of one year plus four option years, and a total small business set-aside under NAICS code 541990. Interested vendors must submit their quotes by December 16, 2025, and can contact Susan Ruggles at sruggles@usgs.gov for further information.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    Remote Control Systems for ADCP's IAW Salients
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking bids for the procurement of Remote Control Systems for Acoustic Doppler Current Profilers (ADCPs) as part of a total small business set-aside initiative. The requirement includes the delivery of three Stork, SRS-RP/RR Remote Control Kits designed for Teledyne RDI RiverPro/RiverRay Trimaran Boats, with a delivery timeline of 30 days from the issuance of the purchase order. These systems are crucial for enhancing the functionality of ADCPs, allowing them to operate as unmanned surface vehicles with specific performance characteristics, including a maximum speed of 9.5 ft/sec and a communication range of at least 300 ft. Interested vendors must submit their quotes by December 15, 2025, at 11:00 AM EST, and can direct inquiries to Cynthia Nicanor at cnicanor@usgs.gov. The anticipated award date for the contract is December 30, 2025, and all bidders must be registered with the System for Award Management (SAM) to be eligible for contract award.
    Life Technologies AB Assurance Maintenance Warranty Plan
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide a Life Technologies AB Assurance Maintenance Warranty Plan for the U.S. Army Criminal Investigation Laboratory (USACIL) and the Forensic Exploitation Department (FXD). This non-personnel services contract requires annual preventive maintenance and repair of Life Technology instruments, ensuring compliance with FBI Quality Assurance Standards and ISO 17025 for effective DNA processing. The contractor will be responsible for all necessary personnel, equipment, and supplies, while the government will provide certain facilities and materials. Interested parties can contact Maria Campbell at maria.campbell14.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil for further details. The contract is set to commence on January 1, 2026, and run through December 31, 2026.
    00018 - XRD Diffractometer System
    Labor, Department Of
    The U.S. Department of Labor, through the Occupational Safety and Health Administration (OSHA), is seeking information regarding the procurement of an XRD Diffractometer System, as outlined in a Request for Information (RFI). This advanced analytical equipment is essential for high-precision analyses in materials research, including phase identification and crystallographic structure determination across various sample types. Interested vendors must provide detailed company capabilities, proposed approaches, and pricing estimates, with responses due by January 07, 2026, at 2:00 PM EST, and questions accepted until December 17, 2025. For further inquiries, potential respondents can contact Maria Britton at britton.maria.m@dol.gov or Deborah Worrells at worrells.deborah@dol.gov.
    UNIVERSAL DAQ SYSTEM
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking quotations for a brand-name DEWESoft Universal Data Acquisition System (UDAS). This procurement is set aside for small businesses and requires a system that can accommodate unique testing protocols and instrumentation for both laboratory and field use, with modular expansion capabilities. The acquisition includes specific components such as the DEWESoft Data Acquisition system (SIRIUS-R8-SYSTEM), various channel modules, and necessary cables, with delivery expected within 24 weeks of award to Denver, Colorado. Interested vendors should contact Kelly Cook at kcook@usbr.gov or by phone at 303-445-3395 for further details.