Biosafety Cabinet (QTY: 1)
ID: 140G0125Q0096Type: Solicitation
Overview

Buyer

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

    The U.S. Geological Survey (USGS) is seeking a qualified contractor to provide a Labconco 6 ft. Logic Class II, Type A2 Biosafety Cabinet, with a total quantity of one unit to be delivered to Reston, Virginia, within 60 days of receiving the purchase order. This procurement is essential for safely culturing microorganisms, ensuring protection for users and the environment from contamination, and includes specific requirements such as a 70% recirculating and 30% exhaust airflow system, adjustable stand heights, and compliance with NSF/ANSI standards. The solicitation is set aside for small businesses under NAICS code 334516, with a deadline for quotes due on March 26, 2025, and the anticipated award date is April 2, 2025. Interested vendors must be registered at https://sam.gov/ and can submit their quotations to Daniel Galvin at dgalvin@usgs.gov.

    Point(s) of Contact
    Galvin, Daniel
    (703) 648-7397
    (703) 648-7899
    dgalvin@usgs.gov
    Files
    Title
    Posted
    The USGS Geology, Energy, and Minerals Science Center seeks to procure and install a Class II, Type A2 biological safety cabinet to replace a malfunctioning model. The new cabinet is essential for safely culturing microorganisms, ensuring protection for users, samples, and the environment from contamination. Key specifications include a 70% recirculating and 30% exhaust airflow system, adjustable stand heights, and compliance with NSF/ANSI standards. Additional features comprise HEPA filters with high efficiency, user-friendly controls, adequate illumination, and noise levels not exceeding 67 dBA. The cabinet must also be designed to integrate various operational functionalities, including alarms for airflow and sash height, ensuring a safe working environment. This request underscores the need for modern equipment in scientific laboratories and highlights the federal commitment to maintaining safety standards in research facilities.
    The document outlines a Request for Proposal (RFP) issued by the U.S. Geological Survey (USGS) for the acquisition of a Labconco 6 ft. Logic Class II, Type A2 Biosafety Cabinet. The solicitation number is 140G0125Q0096, with a deadline for offers on March 26, 2025. The procurement is set aside for small businesses under the NAICS code 334516. The selected contractor must deliver the item to the USGS facility in Reston, VA, within 60 days after order receipt. The terms of the solicitation include compliance with several Federal Acquisition Regulation clauses that govern contract conditions and business ethics. Offerors are required to provide a complete set of documentation, including representations and certifications. This RFP emphasizes the need for proper invoicing through the U.S. Department of the Treasury's Invoice Processing Platform (IPP) and outlines the conditions under which bids will be considered, including specifications for "brand name or equal" products that meet established safety and performance standards. The document also highlights requirements for small and disadvantaged businesses, ensuring opportunities for these entities in federal contracting. The comprehensive RFP structure serves to guide potential contractors in preparing their submissions while adhering to federal regulations and ensuring compliance with governmental standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    GA99 SITE OPERATOR-USGS NATIONAL TRENDS NETWORK
    Buyer not available
    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.
    CERC A3 Boiler Upgrade
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the CERC A3 Boiler Upgrade project at the Columbia Environmental Research Center in Columbia, MO. The project involves the removal of existing non-condensing boilers, a circulating pump, and a storage tank, followed by the installation of efficient, modulating, condensing boilers, a new recirculation pump, and a storage tank, along with necessary controls. This upgrade is critical for enhancing the energy efficiency of the facility, which serves as a research laboratory. The solicitation is a 100% Total Small Business set-aside, with a contract value estimated between $25,000 and $100,000, and quotes are due by December 19, 2025. Interested vendors must register at SAM.gov and can direct inquiries to Kimberly Schneider at krschneider@usgs.gov.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Buyer not available
    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.
    66--Lab Supplies
    Buyer not available
    The Environmental Protection Agency (EPA), Region 3, is soliciting bids for laboratory supplies under Request for Quotation number 68HE0326Q0001, aimed at supporting section operations through December. The procurement includes a wide range of general lab supplies, reagents, and chemicals necessary for sample login and laboratory maintenance, with a detailed list of 158 distinct items provided in the associated documentation. These supplies are critical for scientific analysis and laboratory operations, ensuring compliance with various testing methods and quality control standards. Interested vendors must submit their quotations by December 8, 2025, at 16:30 EST, and can direct inquiries to John Robb at robb.john@epa.gov or by phone at 215-814-5468.
    Amended Sources Sought Notice for a Ultra-High Vacuum Sample Backout Chamber
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information from potential providers for an ultra-high vacuum (UHV) sample backout chamber, which is essential for the CHIPS R&D project aimed at testing materials for UHV compatibility in the U.S. semiconductor industry. This Sources Sought Notice is part of market research to inform future procurement strategies and does not constitute a solicitation; NIST is looking for company summaries that include size status under NAICS code 334516 and confirmation of active registration on sam.gov. Responses to this notice, which has been extended to December 12, 2025, should be submitted via email and must not exceed ten pages, with no guarantee of contract award or responses to inquiries regarding market research results. Interested parties can contact Elizabeth Timberlake at elizabeth.timberlake@nist.gov for further information.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for laboratory equipment and supplies under PSC Code 6640 and NAICS Code 334516. The procurement aims to secure standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These supplies are critical for various defense-related laboratory operations, ensuring the availability of necessary equipment for research and development activities. Interested small businesses must submit their documentation, including past performance references, to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on customer satisfaction and technical success. For further inquiries, contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    All Sites Primary Barrier Equipment and Decontamination Services
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for a firm-fixed price contract titled "All Sites Primary Barrier Equipment and Decontamination Services." This contract aims to support various NIH locations in Maryland and Montana, including the Bethesda Main Campus and the NIAID Integrated Research Facility, by providing essential decontamination services and maintenance of primary barrier equipment. The services are critical for maintaining a safe and healthy environment for NIH patients, employees, and visitors, particularly in high-security research laboratories. Interested small businesses are encouraged to reach out to primary contact Evguenia Mathur at jane.mathur@nih.gov or 301-451-0237, or secondary contact Ashley Kinderdine at ashley.kinderdine@nih.gov or 240-669-5154 for further details. The solicitation is set aside for small businesses under FAR 19.5, and the RFP number is 75N98026R00001.
    68--Ricca Chemical Company Brand Name or Equal
    Buyer not available
    The U.S. Geological Survey (USGS) is conducting a Sources Sought Notice to identify firms capable of supplying pH buffer solutions, conductivity standards, and deionized water for the National Water Quality Laboratory (NWQL). These materials are essential for maintaining consistency in environmental water sampling and testing programs, which are critical for the USGS's monitoring of water quality trends across the nation. Interested firms must provide detailed information about their products, including compliance with the Buy American Act, and submit their responses by December 9, 2025, at 2:30 p.m. (MST) to Lisa Williams at ldwilliams@usgs.gov. This notice is for market research purposes only and does not constitute a request for proposals or guarantee a contract award.
    Request for Information (RFI) - Germ Free Service
    Buyer not available
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is conducting a Request for Information (RFI) for Germ Free Services to support Global Field Medical Laboratories (GFML). The procurement aims to establish a five-year service contract for the maintenance and calibration of critical equipment, including fume hoods, biosafety cabinets, filtration systems, and glove boxes, ensuring their operational readiness in response to CBRNE threats. These services are vital for maintaining compliance with safety standards and ensuring the functionality of medical assets used in field operations. Interested contractors are encouraged to submit their responses electronically, including detailed company and product information, by the specified due date, with inquiries directed to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
    Maintenance and Service Contract for various Government-Owned Becton Dickinson and Company Flow Cytometer Equipment
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide maintenance and service for various government-owned Becton Dickinson and Company flow cytometer equipment. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for various biomedical research applications. Interested vendors should note that the place of performance is located in Bethesda, Maryland, and they can direct inquiries to John Russell, the Contract Specialist, at John.Russell3@nih.gov for further details. The contract is categorized under the PSC code J066, which pertains to maintenance, repair, and rebuilding of laboratory equipment.