Preventative Maintenance for Agilent Technologies HPLCs and GCs with associated detectors
ID: 12639525Q0096Type: Presolicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFANIMAL AND PLANT HEALTH INSPECTION SERVICEMRPBS MINNEAPOLIS MNMINNEAPOLIS, MN, 55401, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 4:00 PM UTC
Description

The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), intends to issue a Blanket Purchase Agreement (BPA) Call for preventative maintenance services for Agilent Technologies High-Performance Liquid Chromatographs (HPLCs) and Gas Chromatographs (GCs) with associated detectors at the National Wildlife Research Center in Fort Collins, Colorado. The contract will cover essential services including preventative maintenance, on-site repairs, software updates, and remote advisory services, ensuring the operational efficiency of critical scientific instruments used in wildlife research. This procurement is vital for maintaining the functionality of equipment necessary for detecting small molecules, such as rodenticides, and is justified as a sole-source agreement due to Agilent's unique capabilities and the need to uphold manufacturer warranties. Interested parties should submit a capability statement by noon on April 8, 2025, to Latisha Hollman at latisha.a.hollman@usda.gov, with the total estimated cost for the five-year agreement being $118,755.85.

Point(s) of Contact
Files
Title
Posted
The United States Department of Agriculture (USDA) seeks approval for a sole-source agreement with Agilent Technologies to maintain and service scientific instruments at the National Wildlife Research Center in Fort Collins, CO, from June 1, 2024, to May 31, 2029. The total estimated cost for the base year and four option years is $118,755.85. Given the unique capabilities of Agilent, including the provision of parts and services that uphold manufacturer warranties, it is deemed that no other vendor could adequately fulfill these requirements. The contract will cover preventative maintenance and on-site repairs for Agilent HPLCs and GCs, along with software updates and a remote advisory service for better equipment management. Market research was not performed as Agilent is the only authorized service provider for their instruments, and engaging other firms would void warranties. The justification cites 41 U.S.C. 3304(a)(1) for allowing other than full and open competition. The USDA aims to ensure that the anticipated costs remain fair and reasonable while maintaining instrument functionality vital for wildlife research activities.
Apr 1, 2025, 6:04 PM UTC
The National Wildlife Research Center (NWRC) seeks to obtain a 5-year service agreement for critical scientific instruments from Agilent, covering various models, including GCMS and LCMS systems. The purpose of this contract is to ensure operational efficiency, performing preventive maintenance and on-site repairs within specified time frames. The agreement aims to address the maintenance needs of chromatographs and mass spectrometers employed in research for detecting small molecules, such as rodenticides. The contractor, Agilent, is required to provide regular service, including updates to software and parts, exclusively using Original Equipment Manufacturer (OEM) components to maintain warranty validity. The service agreement must be finalized by June 1, 2024, aligning with federal procurement policies, which emphasizes compliance with various clauses and provisions, including those related to small business considerations and environmental safety. This procurement reflects the government’s commitment to supporting scientific research initiatives while ensuring adherence to regulatory standards.
Lifecycle
Title
Type
Similar Opportunities
System Maintenance and Repairs for Sympatec HELOS Particle-Size Analyzers Systems
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is seeking qualified small businesses to provide system maintenance and repairs for three Sympatec HELOS Particle-Size Analyzer systems located in College Station, Texas. The procurement aims to ensure the functionality and compliance of these critical laboratory instruments, which are essential for ongoing research activities. Interested contractors must submit a comprehensive proposal detailing their approach, technician qualifications, and relevant experience, adhering to the Lowest Price Technically Acceptable (LPTA) evaluation method. Proposals are due by 8:00 a.m. Central Time on April 25, 2025, and should be sent via email to Shane M. Pope at shane.pope@usda.gov.
Fluent 480 w/ airFCA & RGA-FES & HEPA
Buyer not available
Special Notice: AGRICULTURE, DEPARTMENT OF intends to award a sole source supply contract for a Fluent 480 w/ airFCA & RGA-FES & HEPA. This equipment is typically used for analytical laboratory testing and reporting. The contract will be a fixed price Purchase Order under FAR PART 12 Acquisition of Commercial Items. The place of performance will be in Ames, Iowa, United States. Interested sources are encouraged to contact APHIS for implementing the Fluent 480 Base Unit. The closing date for this notice is June 25, 2024.
D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
Buyer not available
The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Life Technologies for maintenance and service of the Kingfisher Apex, a critical piece of eDNA processing equipment used at the Whitney Genetics Lab in Onalaska, WI. This contract, which includes a base year and four option years, is necessary as Thermo Fisher Scientific is the sole manufacturer and provider capable of servicing the equipment without voiding warranties or compromising compliance with proprietary service conditions. The Kingfisher Apex is essential for processing hundreds of eDNA samples annually, requiring ongoing calibration and repair to ensure operational efficiency. Interested parties may express their capabilities within seven days of this notice, which closes on April 25, 2025, at 5:00 p.m. Eastern Time. For inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
Sources Sought Notice: QIAcube HT Field Service, and Maintenance Agreement
Buyer not available
The Department of Agriculture, specifically the Agricultural Research Service (ARS), is conducting a Sources Sought Notice to identify qualified contractors for a maintenance and service agreement for a QIACube HT DNA extractor located at the Eastern Regional Research Center in Wyndmoor, Pennsylvania. The selected contractor will be responsible for the upkeep, calibration, repair, and potential relocation of the QIACube HT, which is crucial for the research conducted by scientists studying the impact of diet on gut microbiota. Interested parties must demonstrate their capabilities, including access to necessary parts and adherence to ISO 9001 quality management standards, as the USDA will use the responses to determine the appropriate acquisition strategy. For further inquiries, potential respondents can contact Scott Ballweg at scott.ballweg@usda.gov.
Illumina MiSeq Instrument Service Agreement
Buyer not available
The U.S. Food and Drug Administration (FDA) is conducting market research to identify small business sources capable of providing a service agreement for the Illumina MiSeq instrument, which is essential for the National Center for Toxicological Research (NCTR). The procurement involves a preventative maintenance and corrective maintenance service agreement, including scheduled on-site visits, unlimited technical support, and adherence to OEM specifications. This service is critical for ensuring the reliability of ongoing research at the NCTR facility in Jefferson, Arkansas. Interested parties must submit their capability statements by April 30, 2025, to Nick Sartain at nick.sartain@fda.hhs.gov, referencing NCTR-2025-128267.
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.
BPA for Theileria equi and Babesia caballi test kits at NVSL Ames, IA
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is soliciting proposals for a Blanket Purchase Agreement (BPA) to procure diagnostic test kits for Theileria equi and Babesia caballi at the National Veterinary Services Laboratories (NVSL) in Ames, Iowa. The BPA aims to ensure the availability of these essential diagnostic tools to support livestock disease control efforts, with a total ceiling of $2 million for all orders over the contract period from February 1, 2024, to January 31, 2029. Interested vendors are encouraged to submit quotations by January 22, 2026, detailing their pricing, qualifications, and compliance with regulatory requirements, with evaluations based on price, technical capability, and past performance. For further inquiries, vendors may contact Mario Garcia at mario.garcia2@usda.gov or by phone at 919-257-7535.
Magnetic Induction Cycler (MIC)
Buyer not available
The United States Department of Agriculture (USDA), through its Animal Plant Health Inspection Service (APHIS), is seeking to procure a Magnetic Induction Cycler (MIC) for qualitative polymerase chain reaction (qPCR) technology for its facility in Manhattan, Kansas. This procurement aims to enhance the capabilities of the National Bio and Agro Defense Facility (NBAF) in conducting critical biological research and diagnostics. The anticipated contract will be a firm fixed price purchase order, with the solicitation expected to be released on or about April 9, 2025, and the contract effective date projected for May 5, 2025. Interested vendors should monitor the designated website for updates and are encouraged to direct inquiries to Margaux Nenichka at Margaux.G.Nenichka@usda.gov.
Maintenance and Repair Service for an Automated Liquid Handling System
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking proposals for maintenance and repair services for a Hamilton Microlab VANTAGE 1.3 Automated Liquid Handling System, which is crucial for ongoing research on neurodegenerative diseases at the National Institute on Aging. The contract will cover preventative maintenance, repairs, and software updates to ensure the system's optimal functionality, with a performance period from June 17, 2025, to June 16, 2029, including options for extensions. This system plays a vital role in supporting research efforts related to Alzheimer's disease and related dementias, underscoring the importance of reliable maintenance services. Interested vendors must submit their quotations by May 1, 2025, at 9:00 AM EDT, and can direct inquiries to Rashiid Cummins at rashiid.cummins@nih.gov.
VetAlert FMD and ASF test kits
Buyer not available
The Department of Agriculture, specifically the Animal and Plant Health Inspection Service, is seeking to establish a sole-source indefinite delivery indefinite quantity (IDIQ) contract with Tetracore, Inc. for the procurement of diagnostic kits for Foot and Mouth Disease (FMD) and African Swine Fever (ASF). The USDA plans to purchase an initial 500 test kits for each disease, valued at $352,800 each, with potential annual renewals over a three-year period, emphasizing the critical need for these kits to maintain animal health readiness and prevent significant economic impacts from disease outbreaks. The justification for this sole-source procurement highlights Tetracore's unique qualifications, as it holds the only USDA licenses for these specific test kits and has validated products that meet regulatory standards. Interested parties can contact Jason L. Wilking at Jason.L.Wilking@usda.gov or by phone at 612-336-3210 for further information.