USCG Academy LabRAM Odyssey Raman Microscope
ID: 70Z02324QCGASCOPEType: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
Timeline
    Description

    The Department of Homeland Security, specifically the United States Coast Guard (USCG), intends to award a sole source contract for a LabRAM Odyssey Raman Microscope to HORIBA Instruments Inc. This procurement aims to acquire a specialized analytical instrument that is crucial for the USCG Academy's Marine Science, Chemical and Environmental Science, and Physics faculty to conduct research projects and capstone studies. The unique capabilities of this microscope are essential for advancing the Academy's scientific research initiatives, and it is only available through HORIBA Instruments Inc., with no alternative resellers. Interested vendors may submit documentation demonstrating their ability to provide similar services, but the decision to compete this requirement remains at the discretion of the Government. For further inquiries, interested parties can contact Alan Boucher at Alan.C.Boucher@uscg.mil or by phone at 571-607-3000.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Cross-Beam RGA for MBE (Molecular Beam Epitaxy)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Cross Beam RGA for Molecular Beam Epitaxy (MBE) to American GMG, Inc. of Union City, California. This procurement is essential for advanced scientific processes, particularly in semiconductor technologies, and involves high-purity materials such as Scandium and Boron, which are critical for MBE applications. Interested parties may express their capability to meet this requirement, but the government reserves the right to proceed with the sole source award based on its discretion. For further inquiries, contact Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or call 202-875-9579, referencing Notice of Intent number N00173-24-Q-1301180854.
    USCG Intent to Sole Source Mission Critical Crane Spares
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), intends to award a sole-source contract to Appleton Marine, Inc. for the procurement of a critical spare shipset of aft folding boom cranes for the National Security Cutter (NSC) fleet. This procurement is essential to enhance maintenance efficiency and reduce downtime, thereby increasing the mission availability of the cutters, as the cranes are uniquely designed to integrate with the NSC's existing systems. The decision to proceed with a sole-source contract is supported by market research confirming that only Appleton Marine can fulfill these specialized requirements, and the procurement is justified under relevant federal regulations. Interested vendors may contact Tiffany D. Thompson at tiffany.d.thompson@uscg.mil or 571-608-5288 for further information, although this notice does not constitute a solicitation for competitive offers.
    Luminex 200
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Submarine Medical Research Laboratory (NSMRL), is seeking proposals for the procurement of a Luminex 200 Instrument System, which is essential for conducting antibody and RNA transcript analyses. This advanced analytical equipment will enable NSMRL to perform in-house biochemical analyses, facilitating the simultaneous detection of multiple proteins and gene expression, thereby improving the health and performance of Navy divers and submariners by addressing risks associated with oxygen toxicity and decompression stress. Interested contractors must submit their proposals by 8:00 AM on September 20, 2024, including detailed pricing and compliance with federal regulations, with a total funding amount of $63,000 for this sole source procurement from Thermofisher Scientific. For further inquiries, interested parties should contact Jessica Lindner at jessica.c.lindner2.civ@us.navy.mil.
    Industrial Videoscope System Kits
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of Industrial Videoscope System Kits. This opportunity involves a requirements contract for one base year and up to four option years, focusing on brand name or equal items from Evident Scientific Inc., with specific models and salient characteristics detailed in the solicitation. The videoscopes are critical for inspection and analysis in various operational environments, ensuring compliance with military standards for durability and functionality. Interested vendors must submit their quotations by September 20, 2024, with questions due by September 13, 2024, and can contact William Swinson II or William P. Morris via email for further information.
    PURCHASE OF STEM HOLDER AND DETECTOR UPGRADE FOR PHENOM PHAROS SEM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for the acquisition of a STEM holder and detector upgrade for the Phenom Pharos Scanning Electron Microscope (SEM) from Nanoscience Instruments. This procurement is critical for enhancing the laboratory's analytical capabilities, ensuring the continued effectiveness of their research and development efforts. The purchase will be executed under Simplified Acquisition Procedures, with a value not exceeding $250,000, and interested parties have 15 calendar days from the publication of this notice to express their interest and capability to compete. For inquiries, interested vendors should contact Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil.
    ZEISS OS CIRRUS HD OCT (MODEL 6000)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Medical Research Center, is seeking to procure a ZEISS OS CIRRUS HD OCT (Model 6000) with Angioplex for critical medical research purposes. This sole-source acquisition aims to replace a failing Optical Coherence Tomography unit at the Naval Aerospace Medical Research Lab, addressing specific needs in ocular imaging and measurements. The unique capabilities of the Zeiss HD-OCT 6000, including FDA approval and superior axial resolution, make it the only viable option for the Navy's requirements, with an anticipated contract value of approximately $113,453.84 covering initial procurement and three years of maintenance. Interested parties can contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil for further information.
    Field Emission Scanning Electron Microscope
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Secret Service, is seeking proposals for the procurement of a Field Emission Scanning Electron Microscope, which is essential for forensic analysis in combating counterfeiting of U.S. currency. The selected contractor will be responsible for supplying the microscope, ensuring its installation at the USSS Headquarters in Washington, D.C., and providing necessary training for users, all within a six-month timeframe post-award. This procurement is critical for enhancing the USSS's capabilities in safeguarding the U.S. economy and requires compliance with federal regulations, including accessibility standards. Interested contractors must submit their fixed-price proposals by September 18, 2024, and can direct inquiries to Jovan Bone or Matthew Sutton via their respective email addresses.
    6640--Benchtop flow cytometer Intent to Sole Source
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 6, intends to award a sole source Firm-Fixed-Price purchase order for an Accuri C6 Plus system from Becton, Dickinson and Company (BD Biosciences). This procurement is aimed at acquiring specialized instruments intended solely for research purposes, not for diagnostic or therapeutic use, highlighting the need for proprietary equipment in the VA's operational framework. Interested parties are invited to demonstrate their capability to meet this requirement by submitting supporting evidence by September 20, 2024, at 4 PM EST, with all inquiries directed to Contracting Officer Jamie Sullivan via email at jamie.sullivan4@va.gov.
    Repair of a Spectro Analytical Instruments Inc. ARCOS ICP-OES instrument
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for the repair of a Spectro Analytical Instruments Inc. ARCOS ICP-OES instrument. This procurement is essential for the Chemical Sciences Division, which relies on the instrument for research and development as well as the certification of reference materials, thereby supporting national needs in chemical measurement and analysis. Spectro Analytical Instruments Inc. is the only authorized vendor for servicing this equipment, as they do not have any authorized repair partners within the continental United States. Interested parties may contact Erik Frycklund at erik.frycklund@nist.gov or Donald Graham at Donald.Graham@nist.gov for further inquiries, with responses due by September 19, 2024.
    FASTHALL MEASUREMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for a FASTHALL Measurement System to Lakeshore Cryotronics. This procurement is necessary to fulfill specific agency requirements that can only be met by this vendor, as no other supplies or services will suffice. The FASTHALL Measurement System is critical for laboratory applications, falling under the category of laboratory equipment and supplies. Interested parties have 15 calendar days from the publication of this notice to express their interest and capability, with inquiries directed to Richard Key at richard.a.key2.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures, with a threshold not exceeding $250,000.