FY25_Multiwell Plate Reader
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7000 10 CONS LGCUSAF ACADEMY, CO, 80840-2303, 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
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for a multi-well plate reader to Techcomp USA Inc., a small business located in Fulton, Maryland. The procurement involves a specialized external module that attaches to an existing Edinburgh Instruments FLS1000 photoluminescence spectrometer, enabling spectral and time-resolved measurements of up to 96 small samples simultaneously, with a spectral range of 250 - 900 nm. This equipment is crucial for analytical laboratory applications, and the contract will include necessary connectors, installation, and training. Interested parties may contact Ms. Susan D. Ulma at susan.ulma@us.af.mil for further information, although this is not an invitation for competitive quotes, and responses must be submitted by the specified deadline to be considered.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
UV Electro Optic Modulator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for UV electro optic modulators to Qubig GMBH. The required modulators must meet specific technical characteristics, including the ability to modulate and transmit 252 nm laser light, with a minimum laser intensity of 100 mW/mm² and various RF specifications. These modulators are crucial for the operation of an existing laser system at the U.S. Air Force Academy in Germany. Interested parties may submit their capabilities to the contracting officer, Ms. Susan D. Ulma, at susan.ulma@us.af.mil, although this is not a request for competitive quotes, and responses must be received by the specified closing date to be considered.
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.
Illumination source for the Fundamentals of Laser-Matter Interaction testbed
Buyer not available
The National Institute of Standards and Technology (NIST) intends to negotiate a sole source contract with Tech Imaging Services, Inc. for the procurement of a Cavilux HF Ultra-High-Speed (UHS) illumination system, specifically designed for research in metal-based additive manufacturing. This advanced illumination system, which operates at a central wavelength of 810 nm and a power of 500 W, is crucial for conducting high-speed imaging experiments that will enhance understanding of laser-matter interactions and support the development of new manufacturing processes. Interested parties who believe they can meet the specified requirements must submit their capabilities in writing to the primary contact, Hunter Tjugum, by 12:00 PM Eastern Time on the third business day following the release of this notice. For further inquiries, contact Hunter Tjugum at hunter.tjugum@nist.gov or call 303-497-3663.
NOTICE OF INTENT TO SOLE SOURCE -- Standard Service Contract Subscription for maintenance of a Government-owned Rigaku MicroMax 007 HFM X-ray generator and integrated Haskris WW2 water chiller
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking to award a sole-source contract for a three-year Standard Service Contract Subscription for the maintenance of a Government-owned Rigaku MicroMax 007 HFM X-ray generator and an integrated Haskris WW2 water chiller. The contract, numbered W911QX-25-Q-0096, will be awarded to Rigaku Americas Corporation, emphasizing the importance of maintaining specialized equipment critical for research and development operations within national defense initiatives. Interested parties should note that responses are due five business days after posting, with the expected contract start date set for May 1, 2025. For further inquiries, contact Melissa M Murphy at melissa.m.murphy20.civ@army.mil or Thomas Jurgens at thomas.c.jurgens.ctr@army.mil.
Anticipated Sole Source Award to Futek Advanced Sensor Technology Inc.
Buyer not available
The Department of Defense, specifically the Air Force Test Center (AFTC), intends to issue a sole source Firm-Fixed Price Contract to Futek Advanced Sensor Technology Inc. for specialized sensors required for the Aerial Refueling Aircraft Simulator Qualification project. The procurement involves three low profile biaxial thrust and torque sensors, along with NIST traceable load and torque certifications, which are critical for ensuring safety and compliance with high operational standards during flight tests. Futek is uniquely positioned to meet these requirements due to its specialized technology and the urgency of the project, which necessitates adherence to a strict timeline across various military platforms. Interested vendors who believe they can fulfill these requirements must submit a technical package by 2:00 p.m. Pacific Standard Time on April 25, 2025, to the designated contracting specialists via email.
Notice of Intent to Sole Source Cost Per Reportable Testing and Lease of MicroScan WalkAway for Naval Medical Center Portsmouth
Buyer not available
The Department of Defense, through the Defense Health Agency, intends to award a sole source Firm-Fixed-Price contract to Beckman Coulter, INC. for the provision of a Cost Per Reportable MicroScan WalkAway system, which includes equipment lease, consumables, and maintenance support. This procurement is critical as the MicroScan WalkAway system is already validated and in use at the Naval Medical Center Portsmouth, ensuring continuity in laboratory operations and avoiding substantial duplication of costs estimated at approximately $300,000 if a new vendor were to be selected. The total estimated value of the contract is $550,348, with a performance period starting from June 1, 2025, to May 31, 2026, and the Government is seeking responses that demonstrate the advantages of competition. Interested parties can direct inquiries to Contract Specialist Lisa Wilk at lisa.c.wilk.civ@health.mil, and should reference "Notice of Intent Question Submission 12215615" in their correspondence.
Time Tagger
Buyer not available
The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Time Tagger system and software from Swabian Instruments. The primary requirements include advanced technical specifications such as a maximum RMS jitter of two picoseconds, a minimum of four input channels upgradable to at least twelve, and a data transfer rate of 80 million tags per second, scalable to 1200 million tags per second using FPGA technology. This procurement is critical for enhancing research capabilities in quantum optics and ensuring compatibility with existing systems, with an estimated acquisition cost between $10,000 and $250,000. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the closing date of December 20, 2025.
Magnetic Particle Bench Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure five Magnetic Particle Inspection Benches, including three Model 3509A-01 and two Model 3606, under a total small business set-aside contract. These benches are critical for inspecting defects in ferrous metals, particularly in aircraft and engine components, ensuring operational readiness and safety through precise magnetization and demagnetization processes. The procurement emphasizes adherence to stringent technical specifications and standards, with a focus on maintaining operational continuity by utilizing brand-name equipment already in use, minimizing retraining and support costs. Interested vendors must submit their quotes by May 16, 2025, and ensure registration in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil.
66--DETECTOR ASSEMBLY,F, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure eight units of the Detector Assembly, F, for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract repair from alternative sources, making it uneconomical to reverse engineer the part. Interested parties are encouraged to express their interest and capability to meet the requirement, with proposals due within 45 days of this notice. For further inquiries, potential bidders can contact Leigh E. Catchings at (717) 605-2864 or via email at Leigh.E.Catchings.CIV@us.navy.mil.
BioAssembly Printer Accessories
Buyer not available
The Department of Defense, through the Naval Medical Research Center, intends to award a sole source contract for specialized bioassembly equipment to Advanced Solutions Life Sciences. The procurement includes a Single Channel Pipette BioAssemblyBot Hand, an 8-Channel Pipette, a BioAssemblyBot 500 8-Channel Liquid Handling Bundle, and a Single Cell Dispense BioAssemblyBot Hand, along with on-site installation, configuration, training, and support services. This equipment is critical for research and development projects aimed at enhancing combat casualty care and operational readiness for military personnel, with a contract period anticipated to last 12 months. Interested parties may contact Timothy A. Daniels at timothy.a.daniels18.civ@health.mil or 301-319-6411, or Tina M. Jangel at tina.m.jangel.ctr@mail.mil or 210-539-6836 for further details.