Notice of Intent; VSC9000 Video Spectral Comparator
ID: SHOPPR24002830Type: Special Notice
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONDIVISION 0700QUANTICO, VA, 22135, 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

    Notice of Intent: VSC9000 Video Spectral Comparator

    The Department of Justice, Federal Bureau of Investigation, Division 0700, has issued a Special Notice for the procurement of a VSC9000 Video Spectral Comparator. This instrument is typically used in analytical laboratories for manufacturing purposes.

    The FBI intends to award a sole-source, one-time, firm-fixed-price contract to Foster and Freeman USA, Inc., a Small Business, for the procurement of one (1) VSC9000 Instrument. The place of performance for this contract is Quantico, Virginia, United States.

    Interested parties must contact Contracting Officer Bryan Lane via email at bvlane@fbi.gov by August 6th, 2024, at 10:00 AM (EST). Only emailed responses will be considered. The response should include the firm's Unique Entity ID (UEI) number and their Business Size. The Government will determine whether to conduct a competitive procurement based on the received information.

    Vendors must be registered in SAM (System for Award Management) to be eligible for government contracts. It is important to ensure that the company's SAM information is updated and accurate, including the TIN, EFT, DUNs, UEI, addresses, and contact information. The EFT banking information on file in SAM will be used for payment processing.

    Please note that this notice of intent does not bind the Government to solicit for or award a contract.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Similar Opportunities
    Notice of Intent - Echo54
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), intends to negotiate a sole-source contract with Perimeter AI Inc., doing business as Echo54, for the procurement of Passive Infrared (PIR) Indoor People Sensors. This acquisition is necessary to replace existing sensors that have reached their end-of-life and are incompatible with the current Intrusion Detection System (IDS) at the FBI Redstone Campus, ensuring the continued security of the facility. Echo54 is identified as the sole manufacturer capable of providing sensors that meet the FBI's stringent security requirements and integrate seamlessly with existing infrastructure, thereby avoiding potential complications and costs associated with alternative solutions. Interested vendors may express their interest by contacting Christina Wheeless via email by 1:00 PM CST on September 9, 2024, as the anticipated acquisition value remains unspecified.
    70B04C24C03 – Smiths Detection Inc – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - Smiths Detection Inc - Notice of Intent The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Smiths Detection Inc. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment. The equipment provided by Smiths Detection Inc detects illicit material and radiological threats attempting to enter or exit the borders. It is crucial for ensuring the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Smiths Detection Inc is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded no later than August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States. Smiths Detection Inc, located in Edgewood, Maryland, is a provider of technically complex and high-value inspection and detection equipment systems used by CBP to secure land border crossings, airports, seaports, rail crossings, mail handling, and express cargo consignment facilities within the United States and participating countries.
    70B04C24C04 – Varex Imaging Corporation – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - US Customs and Border Protection The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Varex Imaging Corporation. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, which are used to detect illicit material and radiological threats at the borders. The equipment must be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation. Varex Imaging Corporation is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. The contract will be awarded by August 30, 2024. For more information, please contact Monica Y. Watts at monica.y.watts@cbp.dhs.gov.
    Intent to Sole Source- Technical Security Equipment
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, intends to issue a sole source purchase order for Technical Detection Equipment from Research Electronics International, LLC, based in Cookeville, TN. This procurement is justified under FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements for this specialized equipment. The Technical Detection Equipment is crucial for enhancing security measures and operational effectiveness in border enforcement activities. Interested parties who wish to submit their capabilities must do so via email to Shana Schreiner at shana.l.schreiner@cbp.dhs.gov by 5:00 P.M. EST on September 15, 2024, as no solicitation will be made available.
    Intent to Sole Source CT-40 Purchase to CSECO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, intends to award a sole source contract for the purchase of two CT-40 Contraband Team Inspection Kits from CSECO. This procurement is essential for enhancing contraband detection capabilities, as the kits include specialized tools such as the K910G Density Meter and V20 Videoscope, which are critical for safely executing search warrants and identifying hazardous materials. The CSECO kits are recognized for their effectiveness and are endorsed by law enforcement agencies, underscoring their importance in counterdrug efforts. Interested parties must submit their interest and capability to the contracting officer, Otha Henderson, by September 9, 2024, at 0700 AM (Mountain Time), to be considered for this procurement.
    66--INTENT TO AWARD - Fossil Spectral System
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a non-competitive purchase order for a Hilgers FOSSIL Spectral System, specifically designed for use with a Zeiss Axio Imager M2m microscope. This procurement aims to acquire a unique spectral fluorescence microscope measurement system capable of producing quantified fluorescence data, which is critical for analyzing sedimentary organic matter in geological studies. The Hilgers Technisches Buero, located in Koenigswinter, Germany, is the sole provider of this specialized equipment, which is already utilized in approximately 25 organic petrology laboratories worldwide. Interested parties may submit bids or proposals for consideration, although this notice serves informational purposes only, and the award is anticipated to follow FAR 13.106-1(b)(1) guidelines. For further inquiries, contact Kevin Weaver at kweaver@usgs.gov or call 703-648-7394.
    Notice of Intent to Sole Source – ZEISS Celldiscoverer 7 Optical Microscope
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source contract to Carl Zeiss Microscopy, LLC for the procurement of a ZEISS Celldiscoverer 7 Optical Microscope. This advanced microscope is required to meet specific needs for high throughput automated live cell microscopy, which is critical for biomanufacturing quality control and phenotyping discovery. The system will enhance current capabilities by providing features such as water auto-immersion objectives, adaptive phase gradient contrast imaging, an adaptive lens guard, and an automated UV disinfection system, all of which are essential for maintaining contamination-free environments in laboratory settings. Interested firms that believe they can fulfill these requirements are encouraged to submit their capability statements to the primary contact, Elizabeth Maranto, at elizabeth.m.maranto.civ@us.navy.mil, within 7 days of this notice.
    Notice of Intent to Sole Source to SPI Borescopes, LLC.
    Active
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to SPI Borescopes, LLC for the procurement of two Recon Pro Model 3915 Systems, which include all interchangeable probes. This specialized equipment is essential for inspection purposes, requiring high image quality, articulation capabilities, and low-heat illumination to ensure the safety of sensitive equipment. The DTRA has confirmed that SPI Borescopes is the only vendor that meets these critical specifications following extensive market research, which included outreach to multiple companies. Interested parties can direct inquiries to Jocelyn M. Fritz at jocelyn.m.fritz.civ@mail.mil or Eric M. Rode at dtra.belvoir.J4-8C.mbx.J0XS-Support-Services@mail.mil. This procurement is categorized under a Total Small Business Set-Aside, and further details can be found in the attached Justification and Approval document.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    70B04C24C01 – Leidos Inc. – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of - Leidos Inc. The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Leidos Inc. The contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, including supplies, parts, and services. The equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. It is crucial for the systems to be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Leidos Inc. is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded by August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States.