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
    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
    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
    Similar Opportunities
    Marine Services to Support the Maintenance of the National Data Buoy Center Ocean Observation System of Systems
    Buyer not available
    The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking marine services to support the maintenance of the National Data Buoy Center's (NDBC) Ocean Observation System. This procurement aims to secure multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts for the deployment, servicing, and repair of ocean observing stations across various marine environments, including the Atlantic Ocean, Caribbean Sea, Gulf of Mexico, and Pacific Ocean. The services are critical for maintaining the DART network, WxOP Network, and TAO buoys, which play a vital role in tsunami warning and ocean climate studies. The total contract value is approximately $49.99 million over five years, with an anticipated award date around October 2025. Interested parties should contact Kari Webler at kari.webler@noaa.gov and ensure they are registered with SAM to participate in this Total Small Business Set-Aside opportunity.
    SERVICE MAINTENANCE AGREEMENT FOR AB 3500XL SEQUENCER SYSTEM
    Buyer not available
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking sources for a service maintenance agreement for the AB 3500XL Sequencer system, which plays a crucial role in the FDA's seafood safety initiatives. The procurement requires qualified businesses, particularly those classified as small businesses under various categories such as HUBZone, 8(a), and veteran-owned firms, to provide yearly preventative maintenance, technical support, repairs, and detailed reporting after each service call. This contract spans one year with four additional option years, emphasizing the importance of compliance and effective service delivery for public health. Interested parties must respond with their business classification and capability details to Shannon Robinson at shannon.robinson@fda.hhs.gov or Ian Weiss at Ian.Weiss@fda.hhs.gov by the specified deadline.
    EXAIL GYROCOMPASS PARTS FOR NOAA VESSEL PISCES
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Exail, Inc. for the procurement of gyrocompass replacement parts for the NOAA vessel Pisces. The requirement arises from NOAA's need for highly reliable, maintenance-free gyros to reduce downtime and eliminate maintenance costs associated with existing mechanical gyros, as Exail's fiber optic gyros offer a mean time between failure (MTBF) of 150,000 hours, significantly surpassing competitors. The NOAA fleet, which conducts vital oceanographic research and hydrographic surveys, has standardized on Exail gyrocompasses to ensure accurate navigation data, as mandated by the Coast and Geodetic Survey Act. Interested parties who believe they can meet the government's requirements may submit documentation to Michelle Walton at michelle.walton@noaa.gov within 15 days of this notice, as no solicitation package is available.
    EXAIL GYROCOMPASS PARTS FOR NOAA VESSEL RANIER
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole-source contract with Exail, Inc. for the procurement of replacement parts for Exail gyrocompasses used on NOAA's vessel, Rainier. The requirement arises from NOAA's need for highly reliable, maintenance-free gyros to reduce downtime and eliminate maintenance costs associated with existing mechanical gyros, as Exail's fiber optic gyros provide a mean time between failure (MTBF) of 150,000 hours, significantly surpassing competitors. This procurement is critical for ensuring accurate and reliable navigation data for hydrographic surveying and oceanographic operations, with the sole-source determination based on Exail being the exclusive manufacturer of the required parts. Interested parties 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 available.
    Notice of Intent to Award Sole-Source - SoFAR Branded Ocean surface spotter buoys
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole-source contract with SOFAR Ocean Technologies, Inc. for the procurement of SoFAR Branded Ocean surface spotter buoys and associated cables/accessories. This acquisition includes four spotter buoys equipped with two temperature nodes per mooring system and Iridium satellite data packages for near real-time data transmission, aimed at enhancing NOAA's long-term monitoring efforts. The buoys will support the expansion of infrastructure into sanctuaries, leveraging existing systems for improved environmental monitoring. Interested parties may submit a Capability Statement or quote by May 26, 2025, to Randall Chatfield at randall.chatfield@noaa.gov, with the subject line referencing Announcement Number: 141014-25-0028.
    La Jolla Lab Seawater Services
    Buyer not available
    The National Oceanic and Atmospheric Administration (NOAA) intends to award a sole source contract to the University of California at San Diego (UCSD) for seawater services at the Southwest Fisheries Science Center's La Jolla Laboratory. This contract, valued at approximately $185,011.20, will ensure a continuous supply of seawater from the Scripps Institution of Oceanography for research purposes over a one-year period, from September 14, 2025, to September 13, 2026. The seawater is critical for the laboratory's operations, supporting marine conservation and management research, as no alternative sources are available due to the unique infrastructure owned by UCSD. Interested parties must submit capability statements by May 21, 2025, to Madison Vogeler at madison.vogeler@noaa.gov or Jenna Taulman at jenna.taulman@noaa.gov, ensuring all correspondence includes the subject line “143051250074 – La Jolla Lab Seawater Services.”
    5 Aqua TROLL 200 Data Loggers and associated equipment to support maintenance efforts at the Center for Operational Oceanographic Products and Services in Chesapeake, VA.
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking to award a firm fixed-price contract for the procurement of five Aqua TROLL 200 Data Loggers and associated equipment to support maintenance efforts at the Center for Operational Oceanographic Products and Services in Chesapeake, VA. The selected contractor will provide equipment that is critical for remote conductivity and temperature measurement applications, ensuring compatibility with existing CO-OPS systems and minimizing operational disruptions. This procurement is set aside for small businesses, particularly those owned by women or economically disadvantaged individuals, and requires compliance with federal acquisition regulations. Interested parties must submit their quotes via email by the specified deadline, and all contractors must be registered in the System for Award Management (SAM) to be eligible for award consideration. For further inquiries, contact Tyran Claypool at tyran.claypool@noaa.gov.
    LAB EQUIPMENT PREVENTIVE MAINTENANCE SERVICE
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Jacksonville, is seeking a contractor to provide preventive maintenance services for laboratory equipment used in fuel analysis. The selected contractor will be responsible for all necessary materials, labor, and travel costs associated with the calibration and maintenance of specialized instruments, ensuring compliance with OSHA standards and federal regulations. This contract is crucial for maintaining the operational integrity of analytical laboratory equipment, with a one-time service period scheduled for 2025 during standard business hours. Interested parties must respond in writing to Patrick Joiner at patrick.m.joiner.civ@us.navy.mil by 12:00 p.m. E.S.T on May 20, 2025, to express their capability to meet the requirements outlined in the solicitation.
    FY26 NOAA SHIP FERDINAND HASSLER 5 YEAR DRYDOCK REPAIRS
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for the FY26 drydock repairs of the NOAA Ship Ferdinand Hassler. The procurement involves comprehensive inspections, maintenance services, and structural enhancements scheduled from November 10, 2025, to January 25, 2026, with a contract duration of approximately 77 days. This opportunity is critical for maintaining the operational readiness of the vessel, which is based in New Castle, NH, and is set aside exclusively for small businesses under NAICS code 336611. Interested contractors should prepare for a Request for Quotation (RFQ) expected to be released around May 22, 2025, and may direct inquiries to Susan Kenney-Lambert or Jessica Loftus at the provided contact details.
    Combined Sources Sought/Notice of Intent to Sole Source -Preventive Maintenance and Service contract for JBX-6300FS EBL
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is issuing a Combined Sources Sought Notice and Notice of Intent to Sole Source for a preventive maintenance and service contract for the JEOL JBX-6300FS Electron Beam Lithographic (EBL) system. The contract is intended to be awarded solely to JEOL USA, the Original Equipment Manufacturer (OEM), due to their unique capability to provide proprietary parts, software, and specially trained technicians necessary for the maintenance of this specialized equipment. This procurement is critical for ensuring the operational integrity of the EBL system, which plays a vital role in semiconductor manufacturing and research. Interested parties are encouraged to respond by May 23, 2025, with details about their capabilities and business classification under NAICS code 333242, and can direct inquiries to Forest Crumpler at forest.crumpler@nist.gov.