Annual Preventative Maintenance of Water Xevo TQ-S Cronos
ID: CPS-2112-25-0008Type: Special Notice
Overview

Buyer

CONSUMER PRODUCT SAFETY COMMISSIONCONSUMER PRODUCT SAFETY COMMISSIONCONSUMER PRODUCT SAFETY COMMISSIONBETHESDA, MD, 20814, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Consumer Product Safety Commission (CPSC) intends to negotiate a sole source contract for the annual preventative maintenance of the Waters Xevo TQ-S Cronos (with Acquity UPLC) with Waters Technologies Corporation. This procurement involves servicing the analytical instrument, which includes parts and labor for service requests, as well as conducting annual preventative maintenance, ensuring the instrument's optimal performance. The Xevo TQ-S Cronos is critical for laboratory analysis, and Waters Technologies Corporation is the sole provider of the necessary service and support due to its unique expertise and proprietary parts. Interested parties may submit a capability statement to the primary contact, Derrick Braswell, at dbraswell@cpsc.gov by 12 PM Eastern Time on February 12, 2025, as the government will consider all responses received within seven business days of this notice.

    Point(s) of Contact
    Derrick Braswell
    dbraswell@cpsc.gov
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Acquisition of a Service Contract for Thermo Lumos Mass Spectrometer
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a non-competitive service contract for the maintenance of a Thermo Lumos Mass Spectrometer. This procurement, classified under NAICS code 811210, aims to ensure uninterrupted analytical support for the National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) research, as the complexity of the spectrometer requires specialized technicians from Thermo Electron North America LLC. The contract will be effective for three years and includes key tasks such as emergency technical support and scheduled preventive maintenance. Interested parties may respond with their capabilities by the deadline of March 24, 2024, although this announcement is not a request for competitive proposals. For further inquiries, contact Amber Harris at amber.harris@nih.gov.
    Intent to Sole Source: Service Contract for PerkinElmer NexION 300D
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract for the service and maintenance of the PerkinElmer NexION 300D instrument. This procurement aims to ensure the continued operational efficiency and reliability of critical laboratory equipment used for environmental monitoring and research. The services will be performed in Charleston, South Carolina, where the equipment is located, and are vital for maintaining the integrity of NOAA's scientific operations. Interested parties can reach out to Chelsea Vera at chelsea.vera@noaa.gov or by phone at 757-828-6329 for further details regarding this opportunity.
    H--Notice of intent to sole source
    Buyer not available
    The Environmental Protection Agency (EPA) is issuing a special notice regarding its intent to sole source a contract for analytical laboratory instruments. This procurement is aimed at acquiring specialized equipment and materials testing instruments, specifically under the NAICS code 334516, which pertains to Analytical Laboratory Instrument Manufacturing. The selected vendor will play a crucial role in supporting the EPA's laboratory operations, ensuring the accuracy and reliability of environmental testing. Interested parties can reach out to Megan Wallace at Wallace.Megan@epa.gov or call (513) 569-7927 for further details regarding this opportunity.
    Notice of Intent To Sole Source With Evident Scientific for Repair Services and Software Upgrade for Olympus LEXT OLS4100 microscope
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to procure repair services and a software upgrade for an Olympus LEXT OLS4100 microscope, which is critical for research in graphene quantum Hall devices. Due to a recent failure, expedited service is required to resume investigations into epitaxial graphene material fabrication, and market research indicates that only Evident Scientific has the necessary capabilities, including OEM replacement parts and proprietary calibration knowledge. This sole-source acquisition is essential for maintaining the functionality of equipment vital to NIST's Quantum Measurements Division, and interested parties are invited to express their interest and capability by March 13, 2025, although no formal solicitation will be issued. For further inquiries, interested parties may contact Ranae M. Armstrong at ranae.armstrong@nist.gov or Donald Collie at donald.collie@nist.gov.
    Hardware maintenance for lab instruments
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for hardware maintenance of laboratory instruments, specifically a Nicolet iS50 FTIR Spectrometer and an iS50 Raman Module. The contractor will be responsible for providing comprehensive maintenance services, including annual on-site visits, technical support within two hours, and unlimited emergency service visits, all conducted on-site within 72 hours of notification. This maintenance is crucial for ensuring the continuous operation and reliability of essential laboratory equipment used in government research efforts. Interested vendors must respond by March 21, 2024, at 10 AM EST, and direct their inquiries to Nicole Coleman at nicole.coleman@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Buyer not available
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    CALIBRATION AND REPAIR MAINTENANCE AGREEMENT FOR EXISTING EQUIPMENT
    Buyer not available
    Special Notice: Department of Health and Human Services, National Institutes of Health intends to award a sole source contract to TSI, Inc. for a Calibration and Repair Maintenance Agreement for existing equipment. The vendor will provide calibration and repair service for approximately 130 pieces of TSI and TSI-Quest industrial hygiene and exposure monitoring equipment. This service is typically required on an annual basis and includes the replacement of consumable items, inspection and cleaning of serviceable parts, and repairs by technically qualified personnel. The vendor will also provide a detailed service report and ensure that the calibration service meets or exceeds accuracy standards traceable to the National Institutes for Standards and Technology (NIST). Interested parties must submit capability information by March 14, 2024, to establish their ability to meet this requirement. Contact Ms. Van Holley at holleyv@od.nih.gov for inquiries and submissions.
    J--Notice of Intent to Sole Source to Physical Electronics VersaProbe III X-ray Ph
    Buyer not available
    The Department of Energy's National Energy Technology Laboratory intends to sole source a contract for the Physical Electronics VersaProbe III X-ray Photoelectron Spectroscopy (XPS) system. This specialized equipment is crucial for advanced materials characterization and analysis, supporting various research initiatives within the laboratory. The procurement falls under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, and is categorized under PSC code J066 for maintenance, repair, and rebuilding of laboratory instruments. Interested parties can reach out to Shannon H. Lynch at Shannon.Lynch@netl.doe.gov or call 304-285-4230 for further inquiries regarding this opportunity.
    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.
    This is a Notice of Intent to Sole Source and not a request for quotations for a SERVICE AGREEMENT FOR MOLECULAR DEVICES FLIPR TETRA
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to negotiate a sole-source service agreement with Molecular Devices LLC for the maintenance of Government-owned Molecular Devices FLIPR-Tetra equipment. This procurement aims to secure factory-trained personnel capable of providing comprehensive mechanical, electrical, and software repair services for a base period of one year, with the option to extend for two additional years. The service is crucial for ensuring the operational integrity and optimal functionality of the equipment utilized by the Calcium Signaling Group at the NIH's National Institute of Environmental Health Sciences (NIEHS) facility in Research Triangle Park, North Carolina. Interested vendors may submit a capability statement by March 14, 2025, and should direct inquiries to Christopher Brown at christopher.brown3@nih.gov or by phone at 984-287-3011.