NM-SOW NATIVE ARC-TISSUE PROCESSOR
ID: 140FS226Q0016Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS FISH AND WILDLIFE SERVICEFWS, SAT TEAM 2Falls Church, VA, 22041, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

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

    The U.S. Fish and Wildlife Service (FWS) is seeking quotations for an Automatic Tissue Processor specifically from Leica Biosystems/Leica Microsystems Inc. as part of a solicitation for the NM Southwestern Native Aquatic Resources and Recovery Center (ARC). This procurement is a Total Small Business Set-Aside and aims to acquire a brand-name tissue processor that meets specific technical requirements, including automated programmable cycles and vacuum infiltration, essential for histopathological evaluation of fish tissues related to endangered species research. Interested vendors must submit their quotes by January 14, 2025, at 1:00 PM Eastern Time, via email to dana_arnold@fws.gov, with delivery expected by April 30, 2026, and the contract will be a firm-fixed-price order.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the specifications for an Automatic Tissue Processor for the NM Southwestern Native Aquatic Resources and Recovery Center. The processor, specifically a Leica Biosystems/Leica Microsystems Inc. model, must have automated programmable cycles, vacuum infiltration, a compact benchtop footprint, integrated fume control, and power-failure immersion protection. It requires 10 reagent stations (9 usable) with 1.8L capacity, at least two heated paraffin baths (45-65°C), and a minimum 100-cassette throughput (200 with dual baskets). The device needs at least nine programs, each up to 99 hours 59 minutes, with delayed start, and electrical compatibility (100-240V, 50/60 Hz). The processor will be used for histopathological evaluation of fish tissues to support endangered fish research, disease diagnostics, reproductive ecology, and hatchery assessment. Delivery must be FOB Destination within 60 days of the purchase order to 7116 Hatchery Road, Dexter, NM, and includes white glove delivery, OEM packaging, manuals, warranty, and safety documentation. Installation, including all labor and parts, is the contractor's sole responsibility and must follow Leica OEM standards and industry practices. The document also provides contact information for Tracy Diver and Huseyin Kucuktas.
    This document is a Single Source Justification (Under SAT) for the U.S. Fish and Wildlife Service, specifically for a Leica Biosystems/Leica Microsystems Inc. Automatic Tissue Processor. The justification outlines the critical need for this brand-name equipment due to its unique capabilities, such as benchtop compatibility, vacuum infiltration, programmable multi-station functionality, and integrated fume control, which are not available in other processors. These features are essential for the Southwestern ARRC's endangered fish research, enabling high-volume, in-house histology for histopathology, reproductive ecology, and disease diagnostics. The document certifies that no other equivalent brand offers these capabilities that are compatible with the facility's limited space. Both the Program/Project Officer and the Contracting Officer recommend and approve the sole source acquisition, with the price to be determined fair and reasonable at the time of award.
    This government Request for Quotation (RFQ) 140FS226Q0016, issued by FWS SAT 2, FWS, SAT Team 2, for the NM Southwestern Native Aquatic Resources and Recovery Center (ARC), seeks an Automatic Tissue Processor. The solicitation is a Women-Owned Small Business (WOSB) set-aside and requires offers for a specific brand-name item (Leica Biosystems/Leica Microsystems Inc.). Quotes are due by January 14, 2025, at 1:00 PM Eastern Time and must be emailed to dana_arnold@fws.gov as a single PDF file. The evaluation criteria prioritize technical specifications, lead time, and price, with non-price factors being approximately equal to price. The contract will be a firm-fixed-price order, with delivery expected by April 30, 2026. Offerors must complete various representations and certifications, including those related to telecommunications equipment and supply chain security.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    MN Litchfield WMD - UTV with Trade-in
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the procurement of a new Utility Terrain Vehicle (UTV) with a trade-in option for a 2017 Polaris Ranger as part of their operations at the Litchfield Wetland Management District (WMD). The UTV must meet specific requirements, including a 950 cc/65 HP engine, automatic transmission, and features suitable for safe operation in cold weather, such as power steering and a full cab with heating. This procurement is critical for enhancing operational efficiency in wildlife management activities, with quotes due by January 7, 2026, at 2:00 PM ET, and submissions should be directed to Dana Arnold at danaarnold@fws.gov. The contract will be awarded based on best value, considering both technical specifications and pricing, with the contractor responsible for delivery to the specified location in Litchfield, MN.
    49--NV-AMARGOSA PFISH RCH STA-WTR TRUCK REPA
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking a contractor for the repair of a water truck at the Amargosa Pupfish Research Station in Amargosa Valley, Nevada. The project involves comprehensive repairs on a 2009 Freightliner water truck, addressing various mechanical issues such as fault codes, oil leaks, fuel system problems, and more, with a requirement for completion within 30 days of contract award. This procurement is critical for maintaining operational efficiency at the research station, ensuring reliable transportation for water resources. Interested small businesses must submit their quotes by September 18, 2025, at 5 PM ET, and are required to acknowledge receipt of the solicitation amendment by December 16, 2025, to be considered for the contract. For further inquiries, contact Kathryn Coltran at kathryncoltran@fws.gov.
    ACOUSTIC EQUIPMENT - BRAND NAME OR EQUAL
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking quotations for acoustic equipment, specifically "Brand Name or Equal" Innovasea acoustic receivers, transmitters, and activation probes, under solicitation number RFQ 140G0325Q0009. The procurement includes 8 acoustic receivers, 4 activation probes, and 70 acoustic transmitters, with specific requirements regarding operating frequencies, temperature ranges, data storage, and waterproof capabilities. This equipment is crucial for research conducted by the Columbia River Research Laboratory, and the contract is set aside for small businesses with a Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their firm, fixed-price quotes along with technical descriptions and other required documentation by January 5, 2026, to the primary contact, Joahnne Ongjoco, at jongjoco@usgs.gov.
    Firefly Genomics
    Agriculture, Department Of
    The Department of Agriculture, specifically the Animal and Plant Health Inspection Service (APHIS), is conducting market research to identify sources capable of providing FireFly Genomics with ATL head and expansion module machines, or equivalent products. The procurement aims to secure a sophisticated liquid handling system that features true positive displacement for precise liquid aspiration and non-contact dispensing, essential for sequencing work with valuable samples. Interested vendors are invited to submit their capability statements, including business information and product compliance details, by January 13, 2026, at 10 AM CT, to Jason Wilking at Jason.L.Wilking@usda.gov. This sources sought notice does not constitute a request for quotes, and the government will not assume any financial responsibility for costs incurred in response to this notice.
    D--Special Notice of Intent to Sole Source Award
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to TransUnion Risk and Alternative Data Solutions, Inc. for continued access to the TLOxp platform, which is essential for investigative operations within the Office of Law Enforcement (OLE). This contract, valued at a firm fixed price with a base year and four option years, aims to modernize the procurement process while ensuring ongoing access to the proprietary TruLookup suite of investigative solutions that provide critical intelligence on individuals and businesses. Interested parties who believe they can meet the requirements are invited to submit a statement of capabilities to Lorenzo Aragon at lorenzoaragon@fws.gov, with no telephone inquiries accepted. The total contract value is expected to be under $250,000, and submissions must be made in writing as specified.
    MN Morris WMD - UTV with Two Trade-ins
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting proposals for the procurement of a 6x6 Utility Task Vehicle (UTV) along with the trade-in of two existing vehicles, specifically a 2009 Argo Avenger and a 2016 Polaris Ranger, for the Morris Wetland Management District (WMD). The UTV must meet specific technical specifications, including features such as a roll-over protection system, enclosed cab with climate control, and a power-tilting bed, with proposals evaluated based on technical compliance, lead time, and pricing. This procurement is crucial for enhancing operational capabilities in wildlife management and habitat conservation efforts. Interested vendors must submit their proposals by January 8, 2026, at 2:00 PM ET, and can direct inquiries to Dana Arnold at danaarnold@fws.gov or by phone at 703-468-8289.
    61--CO-LAW ENFORCEMENT-OUTBOARD MOTOR
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide a 200 hp outboard motor for law enforcement patrol boats operating on Montana's lakes and rivers. The procurement involves a firm-fixed-price contract for one motor, which must meet specific technical requirements, including compatibility with Smartcraft, and include necessary installation components and labor. This acquisition is critical for enhancing law enforcement capabilities in the region, ensuring effective patrols over long distances in various water conditions. Interested parties must submit their quotes by January 2, 2026, with the contract performance period set from January 12, 2026, to March 13, 2026. For further inquiries, contact Khalilah Brown at khalilahbrown@fws.gov or 571-547-3407.
    OR WAPATO LAKE NWR KIOSK AND PANELS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking quotes for the design, fabrication, and installation of an orientation kiosk, interpretive panels, and an entrance sign at Wapato Lake National Wildlife Refuge in Sherwood, Oregon. The project aims to enhance visitor experience through the creation of a multi-sided covered kiosk that incorporates tribal art and adheres to ADA guidelines, along with additional features such as bike racks, benches, and a picnic area, all designed with interpretive elements. This total small business set-aside opportunity is critical for promoting environmental education and accessibility at the refuge, with quotes due by January 15, 2026, and a required completion date of November 1, 2026. Interested contractors must be registered with SAM and can direct inquiries to Kathryn Coltran at kathryncoltran@fws.gov.
    7G--NOTICE OF INTENT TO AWARD A SOLE SOURCE
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) intends to award a sole source contract to L3 Harris Communications for the procurement of specialized communication equipment, including the Port-L3H-XL185P-7/800-FKP-Blk-NA and various associated features and accessories. This procurement is essential for enhancing communication capabilities within the agency, particularly for operations requiring advanced radio and telecommunications equipment. The contract will be executed under Simplified Acquisition Procedures, with a notice closing date of January 7, 2026, at 5:00 PM Central Time. Interested parties may express their capability to meet this requirement to Jack Skogen at jackskogen@fws.gov within three calendar days of this notice.
    Keyence Microscope
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking quotes for the procurement of one (1) Keyence Digital Microscope or an equivalent model, as part of a combined synopsis/solicitation. This advanced microscope is required for the 76th MXSG/MXDTAA at Tinker Air Force Base and must meet specific technical specifications, including high-resolution 4K imaging, automated focus, 3D and 2D measurement capabilities, and a user-friendly interface, among other features. The procurement is critical for the automated inspection of large components and will be awarded as a Firm-Fixed-Price contract to the lowest priced, technically acceptable vendor. Quotes are due by December 26, 2025, at 3:00 PM CST, and interested vendors must be registered in SAM.gov. For further inquiries, contact Brian Eakers at brian.eakers@us.af.mil or Claude J. Boggs, Jr. at claude.boggs@us.af.mil.