66--ICP-OES INSTRUMENT - WISHLIST
ID: 140G0124Q0250Type: Presolicitation
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)
Timeline
    Description

    The U.S. Geological Survey has issued a presolicitation notice for a non-competitive purchase order. The primary objective is to acquire an Inductively Coupled Plasma Optical Emission Spectrometer (ICP-OES) from Horiba, a sole proprietor of this equipment, to quantify geochemically essential elements.

    The ICP-OES instrument, a Horiba Ultima Expert (2015 Model), is crucial for maintaining data continuity and adhering to internal quality management systems. Due to unique ownership rights and calibration methods, acquiring the equipment from any other source would compromise data integrity. Therefore, the USGS intends to award a firm fixed-price contract to Horiba.

    While all responsible sources may submit bids, this notice is for informational purposes only, and a noncompetitive award is anticipated. Vendors interested in responding should contact Rafael Anderson at rlanderson@usgs.gov and ensure their registration on the System for Award Management (SAM) database.

    Please note that the North American Industry Classification System (NAICS) code is 334516, and the size standard is set at 1,000 employees.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    USCG Academy LabRAM Odyssey Raman Microscope
    Active
    Homeland Security, Department Of
    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.
    MT100 DUAL TITRASIP
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Geological Survey (USGS), is seeking quotes for a new dual auto titration instrument to replace an outdated model used for analyzing alkalinity and acidity in aqueous samples. The instrument must be new, capable of accurately handling small sample sizes, and compliant with EPA methods for titration, featuring automatic rinsing systems and a sample tube rack, along with a service and maintenance package post-installation. This procurement is crucial for maintaining efficiency in the Mineral Resources Program and Earth Mapping Resources Initiative, and it is set aside exclusively for small businesses under NAICS code 334516. Interested vendors should submit their quotes and any inquiries to Mary (Beth) Wilson at bwilson@usgs.gov by the specified deadlines outlined in the solicitation document.
    Horiba Raman Spectrometer Service
    Active
    Treasury, Department Of The
    The Department of the Treasury's Bureau of Engraving and Printing (BEP) is seeking a contractor to provide maintenance services for a Horiba XploRA PLUS Confocal Raman Microscope, essential for analyzing inks, paper, and finished currency. The contract will be awarded on a sole-source basis to Horiba Instruments Inc., the exclusive distributor of Horiba Raman spectrometers in the United States, with a performance period from September 25, 2024, to September 24, 2029. This procurement is critical for ensuring the operational integrity of equipment used in currency-related research, emphasizing the importance of maintaining high service standards and compliance with security protocols. Interested parties can request the solicitation from www.sam.gov, with proposals due by September 16, 2024; for further inquiries, contact JerKendra Holloway at jerkendra.holloway@bep.gov or call 202-874-3851.
    Brand Name or Equal REAL-TIME PCR SYSTEM
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking quotations for the procurement of a Brand Name or Equal Real-Time PCR System, which is essential for analytical laboratory applications. The Request for Quotation (RFQ) outlines specific technical specifications and compliance requirements that vendors must meet, including proof of being an authorized distributor for the equipment. This procurement is critical for enhancing laboratory capabilities in various scientific research and monitoring efforts. Quotes are due by September 10, 2024, and must be submitted electronically to the contracting specialist, Margaret Hewitt, at klabouff-kind@usgs.gov. Vendors must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    66--In-Situ Aqua TROLL 700 Water Quality Sonde
    Active
    Interior, Department Of The
    The Department of the Interior's Office of Surface Mining Reclamation and Enforcement (OSMRE) intends to award a sole source purchase order to In-Situ for two Aqua TROLL 700 Water Quality Sonde Instruments. This procurement aims to acquire specialized instruments capable of measuring and storing critical water quality parameters, including pressure, temperature, and dissolved oxygen, across various environmental conditions, fulfilling OSMRE's unique operational requirements. The Aqua TROLL 700 is recognized as the only instrument that meets these specifications following extensive market research, underscoring its importance for precise and comprehensive water quality monitoring in compliance with federal standards. Interested vendors must submit capability statements to Susan Adams at sadams@osmre.gov by 11:00 AM EDT on September 12, 2024, and must be registered in the System for Award Management (SAM) to be eligible for contract award.
    7A--INTENT TO AWARD - Annual Maint. for QPS Software
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a non-competitive purchase order for an annual maintenance agreement for QPS Fledermaus software, which is essential for operations at the USGS Woods Hole Coastal & Marine Center in St. Woods Hole, MA. The procurement will cover maintenance services from October 1, 2024, to September 30, 2025, with four additional option years available. Quality Positioning Services is the sole source for this software due to its proprietary rights, highlighting the specialized nature of the services required. Interested parties may submit inquiries to Kevin Weaver at kweaver@usgs.gov, with the NAICS code for this opportunity being 513210 and a size standard of $47 million.
    ICP-MS ELEMENTAL ANALYSIS SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), is seeking sources for an Inductively Coupled Plasma Mass Spectrometry (ICP-MS) system capable of elemental analysis with sensitivity down to parts per trillion (ppt). This procurement aims to enhance NRL's analytical capabilities, which are currently limited by existing equipment, and is critical for fulfilling obligations to external sponsors such as DARPA. The ICP-MS system must include essential components such as a Sample Introduction System, Matrix Dilution, a Multi-Quadrupole Mass Spectrometer, a Chiller System, and Regulators for Reactive Gases and a Vacuum Pump, all meeting specific performance standards. Interested parties are encouraged to submit their responses, including company information and technical capabilities, to Elizabeth Maranto at elizabeth.m.maranto.civ@us.navy.mil by the specified deadline, as this is a Sources Sought Notice for market research and planning purposes only.
    Intent to Sole Source - Hydrologic Instruments, Maintenance, and Repair
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Rock Island District, intends to procure hydrologic instruments and related maintenance services on a sole source basis from YSI Incorporated. The procurement includes water quality monitoring sondes, river and stream velocity measurement instrumentation, and stream gaging equipment, along with necessary maintenance, calibration, and repair services to comply with Army regulations. This equipment is crucial for effective water quality monitoring and management, and the contract, valued at approximately $725,000, is expected to be awarded in September 2024, covering a base year and four option years. Interested small businesses may submit capability statements to John Wysocki at john.j.wysocki@usace.army.mil, as no competitive quotes will be solicited.
    B--INTENT TO AWARD - Water/Sediment Sample Analysis
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a non-competitive purchase order contract to the Virginia Division of Consolidated Laboratory Services (DLCS) for the analysis of water samples collected for the Chesapeake Bay Non-tidal Network. This procurement aims to ensure that the water sample analyses are conducted with a high level of scientific integrity, which is crucial for maintaining comparability in the studies conducted by the Virginia-West Virginia Water Science Center (VAWV WSC) over the years. The contract will commence upon award and includes two option periods, with the NAICS code for this opportunity being 541380 and a size standard of $19.0 million. Interested parties may submit inquiries to Kevin Weaver at kweaver@usgs.gov or by phone at 703-648-7394, although this notice is for informational purposes only and does not constitute a request for competitive proposals.
    66--Agilent Infinity II Vial Sampler
    Active
    Commerce, Department Of
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes from small businesses for the procurement of an Agilent 1290 Ultra-High-Performance Liquid Chromatography (UHPLC) system, specifically an Agilent Infinity II Vial Sampler. This procurement aims to replace an aging Agilent 1100 HPLC system at the Hollings Marine Laboratory in Charleston, SC, enhancing the laboratory's capabilities for compound separation and integration with existing mass spectrometry equipment. The estimated contract value is $60,000, with a delivery requirement of 60 days post-award, and all submissions must be received by September 10, 2024, at 1600 hours. Interested parties can contact Wendy Culbreth at wendy.culbreth@noaa.gov or by phone at 757-605-1263 for further information.