FLOOR-STANDING AUTOCLAVE
ID: 140G0125Q0179Type: Solicitation
Overview

Buyer

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

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES (6530)
Timeline
    Description

    The U.S. Geological Survey (USGS) is seeking bids for a floor-standing autoclave to be delivered to the Geology, Energy, and Minerals Science Center's Microbiology Laboratory in Reston, Virginia. The autoclave must meet specific requirements, including dimensions between 18” x 18” x 36” and 22” x 22” x 42”, a chamber capacity of 50 to 70 liters, and features such as mobile capability, liquid and solid sterilization programs, and safety locks for temperature and pressure. This equipment is crucial for producing sterile solutions and managing microbial waste, reflecting the laboratory's commitment to safety and accuracy in research. Interested small businesses must submit their quotations by July 31, 2025, with the anticipated award date set for August 6, 2025. For further inquiries, vendors can contact Jenna Dunning at jmdunning@usgs.gov or by phone at 703-648-7398.

    Point(s) of Contact
    Dunning, Jenna
    (703) 648-7398
    (703) 648-7899
    jmdunning@usgs.gov
    Files
    Title
    Posted
    The USGS Geology, Energy, and Minerals Science Center's Reston Microbiology Laboratory requires the procurement of a floor-standing autoclave. This equipment is essential for producing sterile solutions, glassware, and supplies needed for microbiological laboratory experiments and microbial waste disposal. The autoclave specifications include overall dimensions between 18” x 18” x 36” and 22” x 22” x 42”, with a chamber capacity of 50 to 70 liters. Additionally, it must offer features like mobile capability, liquid and solid sterilization programs, agar melting functions, and a temperature and pressure safety lock. The device should operate within a temperature range of 105°C to 135°C and a pressure range of 3 to 30 psi. This request reflects the center's commitment to maintaining high standards of laboratory safety and accuracy in microbial research and waste management.
    The document outlines a Request for Quotations (RFQ) by the U.S. Geological Survey for a floor-standing autoclave to be delivered to the Geology, Energy, and Minerals Science Center’s Microbiology Laboratory in Reston, Virginia. It indicates a requirement for the autoclave with specific salient characteristics, with quotations due by July 31, 2025. This RFQ is set aside for small businesses, and all qualified vendors may submit bids. The document emphasizes that this RFQ is not an order, and participation does not bind the government to pay costs incurred or contract for services. Other sections include terms and conditions, competitive evaluation criteria, and compliance with federal contracting regulations, including those relevant to small business contracting and electronic invoicing. Key details highlight the importance of registration in the System for Award Management (SAM) and strict adherence to submission guidelines. The RFQ reflects the government’s ongoing procurement efforts to acquire crucial laboratory equipment while promoting small business engagement in federal contracting opportunities.
    Lifecycle
    Title
    Type
    FLOOR-STANDING AUTOCLAVE
    Currently viewing
    Solicitation
    Similar Opportunities
    6640--Lab Dishwasher
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified vendors to provide a laboratory dishwasher, specifically a Brand Name or equal to the Steris Reliance 400XL Dishwasher, as part of a Sources Sought Notice (Solicitation Number: 36C26326Q0181). The procurement includes a single-door, steam-heated unit with essential features such as a heat recovery system, color touch screen programmable logic controller, HEPA-filtered drying, and various safety mechanisms, along with additional components like a non-vented drying system and a transfer cart. This specialized equipment is crucial for maintaining cleanliness and sterilization in laboratory environments, ensuring compliance with the Buy American Act, which requires vendors to specify the place of manufacture. Interested parties must submit their responses by December 10, 2025, at 4:00 PM Central Time, and can contact Contracting Specialist Jennifer Watkins-Schoenig at jennifer.watkins-schoenig@va.gov or 319-688-3631 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.
    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.
    Instec HS1000V Hot Stage with MK2000 Temperature Controller OR EQUIVALENT
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for the procurement of an Instec HS1000V Hot Stage with MK2000 Temperature Controller or an equivalent product. The requirements include a low vacuum/gas-tight hot stage with specific performance parameters, including a temperature range from ambient to 1000°C, and the inclusion of necessary accessories and software. This equipment is crucial for research and development operations at BNL, ensuring precise temperature control in experimental setups. Interested vendors must submit their quotes, including all costs in an "all-inclusive" price, by the specified deadline, and can contact Lauren von Ende at lvonende@bnl.gov or 631-344-3634 for further information.
    H--Scanning Electron Spectrometer (SEM) service contract
    Buyer not available
    The U.S. Geological Survey (USGS) intends to award a service contract for the maintenance and support of its TESCAN MIRA4 Scanning Electron Microscope (SEM) located in Anchorage, Alaska. This contract will encompass routine maintenance, software upgrades, and access to field engineers for unforeseen malfunctions, ensuring the SEM remains operational and meets Quality Management System (QMS) standards. The service contract includes priority support, certified software updates, annual preventative maintenance, and coverage for unscheduled maintenance visits, with a performance period from December 12, 2025, to November 30, 2026. Interested parties may submit capability statements via email to Tracy Huot at thuot@usgs.gov by December 10, 2025, at 10:00 AM PDT, as no hardcopy submissions will be accepted.
    SINGLE-AXIS TILT SENSORS IAW SALIENTS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide Single-Axis Tilt Sensors and associated cable assemblies as outlined in Solicitation Number 140G0126Q0005. The procurement requires the delivery of five Jewell Instruments tilt sensors with specific technical characteristics, including a +/- 60-degree tilt limit and a sealed housing, along with five 80 ft. power/data connector cables, to be delivered to the Hydrologic Instrumentation Facility in Tuscaloosa, AL within 30 days of order receipt. This acquisition is critical for hydrological instrumentation and monitoring, ensuring compliance with federal standards and regulations. Interested vendors must submit their quotes by December 8, 2025, and direct any questions to Cynthia Nicanor at cnicanor@usgs.gov before December 4, 2025.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The primary requirement is for a Hobart model No. AM16-BAS-4, which is essential for maintaining sanitary conditions aboard the cutter, as the current unit has a history of failures and temporary repairs. The work will take place in Cape Canaveral, Florida, with a performance period scheduled for February and March 2026. Interested vendors must submit their quotes by December 15, 2025, and can direct inquiries to Timothy Ford or Sean Hoy via email.
    Environmental test chamber
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking information from qualified vendors regarding the procurement of an Environmental Test Chamber and a Water Recirculation System as part of a Sources Sought Notice (NIST-SS26-CHIPS-29). The Environmental Test Chamber must meet specific requirements, including a workspace of over 1.5 cubic feet, a temperature range of -35°C to +175°C, and humidity control between 10%-95% RH, among other technical specifications, to support metrology research for semiconductor device manufacturing. This procurement is crucial for evaluating materials used in semiconductor devices, thereby enhancing device reliability and performance. Interested parties should submit their responses, including company information and product specifications, to Junee Johnson at junee.johnson@nist.gov, as this notice is for market research purposes and no solicitation is currently available.
    Sources Sought Notice for High Vacuum motorized Stage
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), has issued a Sources Sought Notice to identify potential sources for high-vacuum motorized stages. These stages are essential for a new experimental apparatus that will utilize extreme-ultraviolet (EUV) light for non-destructive measurement of computer chip features, requiring nine axes of computerized control within a high-vacuum chamber. Key technical specifications include compatibility with high vacuum conditions, specific electronic components, and detailed performance requirements for both calibration and measurement stages. Interested vendors should submit their company information, product details, and technical specifications to Elizabeth Timberlake at elizabeth.timberlake@nist.gov or Tracy Retterer at Tracy.retterer@nist.gov, as this notice is for market research purposes only and does not guarantee a contract award.
    Wazer Pro Bundle (No Substitutes)
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of a Wazer Pro Bundle, specifically requiring a North America 220V/60Hz model. Vendors are invited to submit a Firm Fixed Price (FFP) quote that includes all costs, such as freight and handling, as part of the total price delivered to the laboratory, with no separate line items for additional fees. This procurement is crucial for supporting the laboratory's analytical capabilities, and interested vendors must ensure they are registered in the System for Award Management (SAM) with a Unique Entity ID (UEI) to be eligible for consideration. Quotes are due by December 18, 2025, and should be directed to Alysha Benincase at abenincas@bnl.gov, with pricing valid for 60 days from submission.