Odin Service Contract -12 month Extended Warranty Plan/Preventative Maintenance Agreement
ID: N3239825Q0465Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL MEDICAL RESEARCH CENTERSILVER SPRING, MD, 20910-7500, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense, through the Naval Medical Research Center, is seeking to establish a 12-month extended warranty plan and preventative maintenance agreement for the Biolog Odin Instrument, which is vital for its phage therapy research aimed at addressing antibiotic resistance. The procurement will result in a Firm Fixed Price contract valued at $13,210, awarded to Biolog Inc., the original equipment manufacturer, who possesses the exclusive rights and expertise necessary for providing certified service for this specialized equipment. This sole-source acquisition is justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, as prior market research indicated no alternative sources capable of fulfilling the required services. Interested parties can reach out to Shamai Carter at shamai.m.carter.civ@health.mil or 301-319-7182, or Deborah M. Sharpe at deborah.m.sharpe2.civ@mail.mil or 301-319-6471 for further information.

    Files
    Title
    Posted
    The Naval Medical Research Command (NMRC) seeks to establish a preventative maintenance agreement for the Biolog Odin Instrument, crucial for its phage therapy research aimed at combating antibiotic resistance. A Firm Fixed Price contract of $13,210 will be awarded to Biolog Inc., the original equipment manufacturer, who is uniquely qualified to provide the necessary certified service due to their exclusive rights and expertise with the equipment. The justification for this sole-source acquisition is supported by 10 U.S.C. 2304(c)(1) and FAR 6.302-1, as no other manufacturers can supply the required services. Prior market research indicated no alternative sources, reinforcing the need for Biolog's specialized maintenance to avoid compromising mission-critical research. Although the current warranty will expire in April 2025, future requirements will be advertised in compliance with federal regulations to ensure transparency, with the potential for competition being assessed if new sources emerge. The Contracting Officer will ensure pricing is fair and reasonable before contract award, sustaining the NMRC's mission in medical research and development.
    Similar Opportunities
    Preventative Maintenance on Biomek FXp Dual Arm Liquid Handling System
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is soliciting proposals for preventative maintenance on the Biomek FXp Dual Arm Liquid Handling System located in Silver Spring, Maryland. The contract requires comprehensive service, including labor, travel, and parts for one year, with a focus on on-site preventive maintenance performed by ISO or OEM certified technicians, unlimited repairs, and timely servicing of replacement parts. This maintenance is crucial for ensuring the reliable operation of the Biomek FXp system, which plays a significant role in government research and operations. Interested vendors should contact Shamai Carter at shamai.m.carter.civ@health.mil or Nataki Johnson Lovett at nataki.s.johnsonlovett.civ@health.mil for further details.
    Microbial Testing Supplies - Bridge Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    Next Sequencing 2000 System
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center, is soliciting proposals for the procurement of the NextSeq 2000 Sequencing System, specifically targeting women-owned small businesses (WOSB). This solicitation outlines the requirements for delivery, acceptance, and compliance with federal regulations, emphasizing firm fixed pricing and the need for unique identifiers for items valued at $5,000 or more. The NextSeq 2000 Sequencing System is crucial for advanced genomic research and analysis, supporting the Department's mission in medical research and development. Interested vendors should contact Deborah M. Sharpe at deborah.m.sharpe2.civ@health.mil or Stephanie Gray at Stephanie.Gray@med.navy.mil for further details, with submissions expected to adhere to the outlined guidelines and deadlines.
    Notice of Intent to Sole Source ‘omics analyses
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Special Notice regarding its intent to sole source ‘omics analyses services. The procurement aims to secure specialized research and development services in the life sciences sector, specifically focusing on health-related research and applied analysis. These services are critical for advancing health care solutions and enhancing the understanding of biological systems, which are vital for military health initiatives. Interested parties can reach out to Kasey Carroll at kasey.l.carroll.civ@health.mil or Courtney Piar at courtney.a.piar.civ@health.mil for further information regarding this opportunity.
    Cost per Test Equipment, Becton BD BACTEC FX and Bruker MALDI Biotyper for the Infectious Disease Laboratory at Walter Reed National Military Medical Center
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking sources for the procurement of cost per test equipment, specifically the Becton BD BACTEC FX and Bruker MALDI Biotyper, for the Infectious Disease Laboratory at Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement aims to enhance laboratory capabilities in diagnosing infectious diseases, which is critical for patient care and public health. Interested vendors should note that the opportunity is categorized under the NAICS code 334516, focusing on Analytical Laboratory Instrument Manufacturing, and the PSC code 6545, which pertains to replenishable field medical sets, kits, and outfits. For further inquiries, potential bidders can contact Kendall Spann at kendall.j.spann.civ@health.mil.
    SERVICE PLAN FOR MOLECULAR DEVICES EQUIPMENT (SPECTRAMAX-L, 2 EA AND STAKMAX , 2 EA)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking contractors to provide a service plan for two SpectraMax-L devices and two StakMax devices, essential for laboratory operations. The procurement aims to ensure the maintenance and repair of these critical molecular devices, which play a vital role in various biomedical research applications. Interested contractors must adhere to the Federal Acquisition Regulation (FAR) clauses outlined in the associated documentation, which emphasize ethical conduct, labor standards, and compliance with statutory requirements. For further inquiries, interested parties can contact Dana Monroe at dana.monroe@nih.gov or by phone at 406-375-9814.
    In accordance with FAR 6.302-1, NAVSUP Fleet Logistics Center Norfolk, Groton Office intends to award a Sole Source Firm Fixed Price Contract to COSMED USA Inc.
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to COSMED USA Inc. for the procurement of specialized electromedical and electrotherapeutic apparatus. This procurement is in accordance with FAR 6.302-1, indicating that COSMED USA Inc. is the only source capable of fulfilling the specific requirements for these critical medical devices. The goods are essential for supporting the operational readiness and medical capabilities of the Navy. Interested parties can reach out to Kelly Polson at kelly.polson@navy.mil for further inquiries regarding this opportunity.
    Notice of Intent- Sole Source - Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), has issued a Notice of Intent for a sole source procurement of Bench Mark Ultra, Bench Mark Ultra Plus, and VENTANA HE 600 instruments. This procurement aims to acquire analytical laboratory instruments essential for medical and surgical applications, specifically within the healthcare sector of the military. These instruments play a critical role in diagnostic processes and patient care, ensuring that healthcare providers have access to reliable and advanced technology. Interested vendors can reach out to Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil or call 703-275-6342 for further details regarding this opportunity.
    NOTICE INTENT FOR ANNUAL SILVER SUPPORT PLAN
    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), intends to negotiate a sole source contract with Leica Microsystems for an Annual Silver Support Plan maintenance agreement. This contract is essential for maintaining the operational integrity of various Leica instruments that are critical to ongoing infectious disease research, and it will include comprehensive support features such as repair parts, labor, two preventative maintenance visits annually, and technical support. Interested vendors must demonstrate their capability to provide prioritized service and include proof of OEM-trained technicians in their submissions. Proposals are due by March 11, 2025, and must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS). For further inquiries, vendors can contact Leah Hinson at leah.hinson@nih.gov.
    6550--Notice of Intent to Sole Source -- Aligent Artisan Pro Link
    Buyer not available
    The Department of Veterans Affairs intends to procure a two-year Blanket Purchase Agreement (BPA) for the Agilent Artisan Link Pro Automated Special Stain systems on a sole-source basis. This procurement includes the provision of necessary instrumentation, supplies, reagents, and maintenance services essential for the effective operation of pathology labs at West Roxbury and West Haven. The Artisan system is critical for ensuring optimal staining quality in patient diagnostics, as Agilent is the sole provider of the proprietary reagents and staining kits required for this process. Interested parties may submit documentation to the Contract Specialist, Sarah Ballentine, at Sarah.Ballentine@va.gov, with a response deadline of March 14, 2025, at 4:30 PM ET, as no public solicitation will be posted.