Agricultural Sample Analysis
ID: 7006C24Q00000405Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS CUSTOMS AND BORDER PROTECTIONMISSION SUPPORT CONTRACTING DIVISIONWASHINGTON, DC, 20229, USA

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

AGRICULTURE R&D SERVICES; AGRICULTURAL RESEARCH AND SERVICES; BASIC RESEARCH (AA11)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking quotes for agricultural sample analysis services under a total small business set-aside contract. Interested contractors must provide a completed Non-Disclosure Agreement (NDA), proof of small business status under NAICS code 541990, and a capabilities statement demonstrating experience in analyzing cotton and related support services. This procurement is crucial for ensuring the effective analysis of agricultural samples, which plays a significant role in national security and agricultural integrity. Quotes are due by September 25, 2024, at 9:00 AM EST, and should be submitted via email to Richard Kirby at richard.m.kirby@cbp.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Non-Disclosure Agreement (NDA) from the Department of Homeland Security (DHS) governs access to Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Sensitive but Unclassified (SBU) data. Signers must attest to their familiarity with the regulations protecting these categories of information, as outlined in related legislation and implementation guidelines. The NDA asserts that individuals granted access are responsible for safeguarding the information against unauthorized disclosure and must comply with stringent handling and reporting protocols. Violations of the agreement may result in the revocation of access privileges and potential legal actions. The document emphasizes the importance of confidentiality and responsible information management within government operations, aiming to protect national interests and uphold legal obligations. This agreement exemplifies DHS's commitment to ensuring security and compliance in the dissemination of sensitive information, which is critical in the context of federal grants and RFP processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    HVI Seasonal Work
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking qualified small businesses to fulfill a Blanket Purchase Agreement (BPA) Call Order for HVI Seasonal work during the 2024 Cotton Harvest Season. This procurement involves providing temporary help services, with an estimated total value of $400,000, awarded as a single source under FAR Part 13 following a competitive solicitation that received four quotes. The services are critical for supporting the cotton harvest, ensuring efficient operations during this peak agricultural period. Interested parties can reach out to Jeremy A. Pouliot at jeremy.pouliot@usda.gov or call 612-336-3204 for further details.
    Custom Chromosomes Karyotype Analysis and FISH Service
    Active
    Agriculture, Department Of
    Combined Synopsis/Solicitation AGRICULTURE, DEPARTMENT OF is seeking a Custom Chromosomes Karyotype Analysis and FISH Service. This service is typically used for plant karyotype analysis, including counting chromosome numbers using high-resolution chromosome preparation technique, developing Fluorescence in situ hybridization for parents, and providing data and analytics. The service will be provided to the USDA, ARS, Sugarcane Production Research Unit in Canal Point, FL. The solicitation number is 12405B24Q0037 and is a request for quotation (RFQ). The service will be procured through a Total Small Business Set-Aside. Interested parties must submit a quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price, and valid for at least 60 days after receipt of quote. The offeror must also complete the OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS electronically in the System for Award Management (SAM) website. The deadline for submitting quotations is December 21, 2023, and all questions should be emailed to the Contracting Officer by December 13, 2023.
    Emergency Response Trailers and Supplies (Amended)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through Customs and Border Protection (CBP), is seeking quotations for the procurement of five Emergency Response Trailers, with a focus on enhancing emergency response capabilities. The procurement is set aside exclusively for small businesses under NAICS code 333924, and bidders are required to comply with the Statement of Work (SOW) while submitting their quotes, a Price Proposal, and a Technical Capability Statement by September 18, 2024. The trailers will be utilized for various operational needs across multiple locations, emphasizing the importance of readiness in emergency situations. Interested vendors should note that the quote due date has been extended to September 23, 2024, and all inquiries must be directed to Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    Stereo Sequencing
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service, is soliciting proposals for Stereo Sequencing services under solicitation number 12505B24Q0350. The procurement aims to secure professional services from medical laboratories, with a focus on delivering sequencing services within a 12-month timeframe. This initiative is critical for advancing agricultural research and ensuring compliance with federal regulations, including the submission of invoices through the Invoice Processing Platform (IPP). Interested contractors must submit their quotes electronically to Debora Wells at debora.wells@usda.gov by September 20, 2024, with a total award amount indicated as $41.5 million, emphasizing the importance of technical specifications and pricing in the evaluation process.
    70B04C24C03 – Smiths Detection Inc – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - Smiths Detection Inc - Notice of Intent The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Smiths Detection Inc. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment. The equipment provided by Smiths Detection Inc detects illicit material and radiological threats attempting to enter or exit the borders. It is crucial for ensuring the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Smiths Detection Inc is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded no later than August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States. Smiths Detection Inc, located in Edgewood, Maryland, is a provider of technically complex and high-value inspection and detection equipment systems used by CBP to secure land border crossings, airports, seaports, rail crossings, mail handling, and express cargo consignment facilities within the United States and participating countries.
    7E--20144918 IT Market Place Order #31
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide IT commodities, solutions, and value-added reseller services through a combined synopsis/solicitation titled "7E--20144918 IT Market Place Order 31." This procurement is part of the DHS FirstSource II program, and bidders must comply with the terms of their respective IDIQ contracts while ensuring their status to conduct business with the Federal Government is active. The items required are brand name or equal, and the solicitation will be conducted via an online competitive reverse auction on Unison Marketplace, with bids due by September 20, 2024, at 11:00 AM Eastern Time. Interested sellers can reach out to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance.
    Mobile Crime Lab Upfit (4 Vehicles)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified contractors to modify and upfit four mobile crime lab vehicles, comprising three Mercedes Sprinter vans and one Freightliner Sprinter. The project entails comprehensive modifications to the vehicles' interior, exterior, driver cab, audio/video systems, emergency equipment, and window tinting to enhance their operational capabilities for law enforcement purposes. This initiative is crucial for improving evidence processing and crime detection capabilities, thereby supporting national security efforts. The total funding for this contract is set at $19 million, with proposals due by September 25, 2024. Interested parties can contact Dana L. Blake at Dana.L.Blake@cbp.dhs.gov or 240-731-6111 for further information.
    Ochratoxin A Test Kit
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is seeking small business sources capable of providing an Ochratoxin A Test Kit. The test kit must utilize a water-based extraction method, analyze various wheat commodities for Ochratoxin A within a range of 5 to 100 parts per billion, and complete sample extraction and analysis in 30 minutes or less. Ochratoxin A is a mycotoxin that poses risks to grain quality, particularly under certain weather conditions, making this testing critical for agricultural safety. Interested vendors must submit their capability statements and relevant information by October 3rd at 3 PM ET to Caroline Russell at caroline.russell@usda.gov, as this notice is part of market research and does not constitute a request for quotes.
    Lab Radiological Sample Analysis Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for a Lab Radiological Sample Analysis Contract to support the Defense Centers for Public Health - Aberdeen (DCPH-A). This contract involves the non-personal services requirement for the analysis of radiological samples across various parameters, which is crucial for enhancing public health readiness and ensuring the quality of the Public Health Enterprise. The solicitation is prepared in accordance with Federal Acquisition Regulation (FAR) guidelines, and interested vendors are required to submit quotes as no written solicitation will be issued. For further details, interested parties can contact Kenneth Grenier at kenneth.e.grenier2.civ@health.mil or by phone at 301-619-2728, with the archive date for submissions set for October 4, 2024.
    Laboratory Analysis of Lube Oil and Coolant
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG), is seeking contractors for laboratory analysis of lube oil and coolant samples. The procurement involves comprehensive testing, data analysis, quality assurance, and the management of sample kits, with a requirement for the contractor to be ISO 17025 certified and capable of processing up to 100 samples per day, ensuring results are delivered within two business days. This contract is crucial for maintaining the operational reliability of USCG vessels through effective monitoring of equipment conditions. Interested parties should note that the deadline for receipt of offers has been extended to September 16, 2024, and can direct inquiries to Seth Andrew at seth.a.andrew@uscg.mil or Raina Haynes at Raina.O.Haynes@uscg.mil for further details.