Notice of Intent to Single Source to Elemental Scientific, Inc
ID: FD-2025-055Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAAKANSAS CITY, MO, 64106, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)
Timeline
  1. 1
    Posted Dec 11, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 11, 2024, 12:00 AM UTC
  3. 3
    Due Dec 26, 2025, 10:00 PM UTC
Description

The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.

Point(s) of Contact
No information provided.
Files
Title
Posted
Dec 12, 2024, 3:18 PM UTC
The document serves as a Single Source Determination under Simplified Acquisition Procedures for the Department of Commerce's National Oceanic and Atmospheric Administration (NOAA). It outlines a request for services related to the maintenance and repair of a PrepFAST IC instrument essential for analyzing heavy metal toxins in seafood, owned by the National Seafood Inspection Laboratory (NSIL). The estimated contract value is $88,725 for three years. Elemental Scientific, Inc. is identified as the sole source responsible for maintenance due to exclusive licensing agreements, proprietary technology, and factory-authorized service capabilities. The urgency of this request is emphasized because the incumbent contract is set to expire, and delays could hinder critical laboratory operations. Previous market research established that only Elemental Scientific, Inc. engineers are certified to provide required services, ensuring compliance with ISO 17025 standards. The document also includes necessary certifications and signatures from relevant officials, confirming the determination that only one service provider is available to meet the laboratory's needs. Overall, this summary encapsulates the document's primary purpose of justifying sole-source procurement for specialized maintenance services vital to government seafood inspection initiatives.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
NORTEK AQUADOPP PROFILER FOR NOAA CENTER FOR OPERATIONAL OCEANOGRAPHIC PRODUCTS AND SERVICES (CO-OPS) OFFICE
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Nortek USA Inc. for the procurement of Nortek Aquadopp Profilers to support high-latitude oceanographic sensor deployments as part of the Department of Defense’s Arctic Edge 2025 exercise near Anchorage, Alaska. The Aquadopp Profiler 2 Z-Cell 600 kHz is uniquely suited for this mission due to its zero-blank distance capability, which allows for accurate current measurements in challenging Arctic environments, and its compatibility with existing NOAA operational infrastructure. Interested parties who believe they can meet the government's requirements may submit documentation to the primary contact, Michelle Walton, at michelle.walton@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
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.
Risk Safety Solutions (RSS) Chemicals - Chemical Inventory Management Tool
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to negotiate a sole-source contract with The Regents of the University of California for the continued use of the Risk Safety Solutions (RSS) application, a critical chemical inventory management tool utilized by NOAA Fisheries. This tool is essential for tracking chemical inventories, ensuring compliance with federal safety regulations, and enhancing laboratory safety protocols, particularly in adherence to OSHA regulations. The contract will cover subscription services, user training, automated regulatory reporting, and technical support, with a base period from May 3, 2025, to May 2, 2026, and options for two additional years. Interested firms may submit documentation to demonstrate their capabilities within 15 days of publication, and inquiries can be directed to Raynier Camerino at raynier.camerino@noaa.gov or Shawana Randolph at shawana.randolph@noaa.gov.
Fishery Observer Support Services for the Northeast Fisheries Science Center Observer Program (NEFOP)
Buyer not available
The U.S. Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for Fishery Observer Support Services under the Northeast Fisheries Science Center Observer Program (NEFOP). The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a five-year ordering period from June 8, 2025, to June 7, 2030, aimed at collecting and analyzing environmental, biological, and fisheries operations data to support sustainable fisheries management. This initiative is crucial for ensuring compliance with federal regulations and enhancing the quality of data collected for fishery management, thereby promoting responsible resource management. Interested small businesses must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with a maximum contract value of $19.9 million, including provisions for travel and training reimbursements. For further inquiries, contact Novelle Key at novelle.key@noaa.gov or Kayla Johnson at kayla.johnson@noaa.gov.
NWS Pacific Region HOGEN Supplies
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Proton Energy Systems, Inc. for the procurement of spare parts and supplies for their Hydrogen Gas Generator (HOGEN) network, specifically for delivery to Honolulu, HI. This procurement is essential for maintaining the functionality and safety of the existing hydrogen generators used by the National Weather Service (NWS) Pacific Region, as only Proton Energy Systems manufactures the compatible parts required for these systems. Interested firms that believe they can meet the government's requirements may submit documentation to the primary contact, Stephanie Mas, at STEPHANIE.MAS@NOAA.GOV within 15 days of this notice, although no solicitation package is available, and the delivery is expected within 280 days from the award date.
MARCERATOR NOAA SHIP RON BROWN
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals from qualified small businesses for the procurement of a marine-grade, high-capacity food waste macerator for the NOAA Ship Ronald H. Brown. The macerator must meet specific requirements, including a 5.5kW power capacity, the ability to grind food waste to less than one inch, and be housed in an acid-proof stainless steel cabinet suitable for marine environments, ensuring compliance with MARPOL regulations for sea disposal. This acquisition is crucial for enhancing operational efficiency and environmental compliance in maritime waste management. Interested vendors must submit their quotations by March 17, 2025, and direct any inquiries to Alexander Cancela at alexander.cancela@noaa.gov by March 12, 2025. The solicitation is a total small business set-aside under NAICS code 333310, with all proposals evaluated based on best value criteria.
Bruker service maintenance - Bruker Scientific LLC.
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking to procure maintenance services for Bruker Scientific LLC equipment in support of the Naval History and Heritage Command (NHHC). The procurement involves maintenance for specific Bruker instruments, including the Alpha II FT-IR Spectrometer, Bravo Raman Spectrometer, and Lumos II FT-IR Standalone Microscope, which are critical for historical and heritage research. The solicitation, identified as RFQ N00189-25-Q-0235, will close on April 28, 2025, at 5:00 PM EST, and interested vendors must submit their quotes electronically via email and be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Ian Tupaz at ian.j.tupaz.civ@us.navy.mil or Cody Witz at cody.witz@navy.mil.
12-Month maintenance agreement for Qtrap Mass Spectrometers
Buyer not available
The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through its National Institute of Allergy and Infectious Diseases (NIAID), is seeking to establish a 12-month maintenance agreement for Qtrap Mass Spectrometers with AB Sciex LLC. The procurement requires telephone technical support to be available within four hours and prioritized repair services within 48 hours, along with annual periodic maintenance for various laboratory equipment models. This maintenance agreement is critical for ensuring the operational efficiency and reliability of essential scientific instruments used in research. Interested parties must submit capability statements by April 29, 2025, to be considered, and all submissions should be made via the NIAID electronic Simplified Acquisition Submission System (eSASS) at HTTPS://ESASS.NIH.GOV. For further inquiries, potential vendors can contact Mildred Moss at mildred.moss@nih.gov or Tonia Alexander at talexander@niaid.nih.gov.
BAE SYSTEMS SOCET GXP AND SOCET SET SOFTWARE LICENSES AND SUPPORT RENEWAL
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with BAE Systems Information and Electronic Systems Integration Inc. for the renewal of software licenses and support for BAE Systems' SOCET GXP and SOCET SET products. The procurement is essential for NOAA's National Geodetic Survey, as these software tools are uniquely qualified to provide photogrammetric mapping capabilities necessary for accurate coastal mapping and data quality control. Interested parties who believe they can meet the government's requirements may submit documentation to the primary contact, Michelle Walton, at MICHELLE.WALTON@NOAA.GOV within 15 days of this notice, as no solicitation package will be made available.
J--Replace Main Motor Heat Exchangers on NOAA Ship PI
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide replacement main motor heat exchangers for the NOAA Ship Pisces. The procurement involves a firm fixed-price contract for the removal and installation of heat exchangers, ensuring compliance with industry standards and operational testing, with a focus on maintaining cleanliness and safety throughout the project. This project is critical for the ship's operational efficiency and safety, emphasizing the importance of high-quality service and adherence to specifications. Interested contractors must submit their quotations by April 30, 2025, at 12:00 PM ET, to Christopher Baker at CHRISTOPHER.BAKER@NOAA.GOV, and are encouraged to register with the SAM database to be eligible for consideration.