Sole Source/ Quantity three (3) BLACKBOX One 1R rodent behavioral observation system
ID: W911QX24Q0315Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command, is seeking proposals for a sole-source procurement of three BLACKBOX One 1R rodent behavioral observation systems from Blackbox Biotech, Inc. The contract encompasses various items, including observation systems and multi-instrument workstations, with a total of five specific contract line item numbers (CLINs) and a required delivery date of November 30, 2024, to Aberdeen Proving Ground, Maryland. This procurement is critical for supporting research initiatives within the Army, emphasizing the importance of specialized equipment in behavioral studies. Proposals must be submitted within five business days of the solicitation posting, and interested parties can contact Kristin Moller at kristin.g.moller.ctr@army.mil or William Nuamah at william.nuamah.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a combined synopsis/solicitation for a sole-source procurement of three BLACKBOX One 1R rodent behavioral observation systems, issued by the Army Research Laboratory under Solicitation Number W911QX24Q0315. The intended contract will be awarded to Blackbox Biotech, Inc. The requirements include various items such as observation systems, multi-instrument workstations, and warranties, totaling five specific contract line item numbers (CLINs) with defined quantities. The delivery address is at Aberdeen Proving Ground, MD, with a required delivery date of November 30, 2024. Proposals must be submitted within five business days of posting, and the solicitation will be evaluated under FAR 52.212-2 provisions. The document details necessary federal acquisition rules and clauses applicable to the acquisition, emphasizing pre-established government contracting principles like small business considerations. The primary goal is to ensure compliance, facilitate negotiations, and establish a procurement framework for the specified systems, reinforcing the government’s objective of sourcing vital research equipment from a specialized supplier.
    The document is a combination synopsis-solicitation from the Army Contracting Command regarding a contract intended for supplies or services exclusively from Blackbox Biotech, Inc. This is justified under FAR guidelines, as the government will only solicit from one source. Key details include the type of contract being a Firm Fixed Price, government inspection procedures, tax exemption certifications, and specific receiving requirements at Aberdeen Proving Ground. Additionally, it outlines various provisions and clauses applicable to this contract, particularly those related to the compensation of former Department of Defense officials, cybersecurity standards, and unique item identification requirements. The awarding process emphasizes that only full quantity proposals will be considered and details regarding payment terms specify that anything less than net thirty days is unacceptable. Notably, the document indicates that foreign nationals may be employed under the contract only if they possess valid work authorization. Overall, this solicits proposals from a specific contractor while ensuring compliance with various federal regulations and standards surrounding government procurement procedures.
    Lifecycle
    Title
    Type
    Similar Opportunities
    INTENT TO SOLICIT ONLY ONE (1) VISIONLAB-X-75 3D INSPECTION SYSTEM WITH VL-75 OPTICS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, intends to procure one VisionLab-X-75 3D Inspection System with VL-75 Optics, with the solicitation number W911QX-25-Q-0003. This procurement aims to engage General Inspection LLC as the sole source for this specialized equipment, which is critical for analytical laboratory functions and quality assurance in military applications. Proposals must be submitted via email by October 9, 2024, at 11:59 AM EST, with delivery expected twenty-four weeks after contract award, and acceptance occurring at the U.S. Army Research Laboratory in Maryland. Interested vendors can contact Andrea Minter at andrea.m.minter.civ@army.mil or by phone at 520-691-5390 for further details.
    10--CONTACT BOX ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 117 units of the CONTACT BOX ASSEMBLY, identified by NSN 1005012388187. This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year, with an estimated 12 orders per year, and a guaranteed minimum quantity of 17 units, to be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). The items are critical components in the weapons industry, underscoring their importance in military operations. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil. The total funding amount for this contract is capped at $250,000, with a delivery timeline of 249 days after order placement.
    25--ARM,INTERROGATION,M
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two units of the ARM, INTERROGATION, M (NSN 2590016969401). This solicitation is a Total Small Business Set-Aside, aimed at acquiring vehicular equipment components essential for military operations. The selected vendor will be required to deliver the specified items within 165 days after the order is placed, with no hard copies of the solicitation available; interested parties must submit their quotes electronically. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be found by searching the solicitation number on the DIBBS website.
    RFP Material Testing for Chemical and Biological Threats
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's Combat Capabilities Development Command (DEVCOM), is soliciting proposals for a contract focused on material testing for chemical and biological protective materials. The primary objective is to engage a contractor capable of executing tests and evaluations on fabrics, garments, and protective ensembles against chemical warfare agents and toxic industrial chemicals, utilizing both standard and non-standard test methods. This contract is vital for enhancing the protective capabilities of military personnel, ensuring compliance with rigorous safety and quality standards. The contract will span five years, from October 2024 to September 2029, with a minimum order quantity of $95,000 and a maximum value of $3,035,000. Interested parties should direct inquiries to Lyndon Jagroop at lyndon.s.jagroop.civ@army.mil or Linnea Jones at meri.l.jones.civ@army.mil for further details.
    Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Active
    Dept Of Defense
    The Army Contracting Command – Red River Army Depot (ACC-RRAD) is seeking proposals for the modernization of its Organic Industrial Base (OIB) through a Commercial Solutions Opening (CSO) aimed at acquiring innovative commercial items, technologies, and services. This initiative focuses on enhancing manufacturing capabilities, including automation, digital enterprise, and cyber security, to improve operational readiness and efficiency for military applications. Interested vendors are invited to submit solution briefs for specific projects, such as the design and installation of a Road Wheel Drum Tester and a Power Pack Interface & Test Set, with deadlines for submissions set for August 10, 2024, and September 16, 2024, respectively. Proposals must be sent to the designated government contact at usarmy.rrad.acc.mbx.cso@army.mil, and participants must be registered in the System for Award Management (SAM).
    ACC-APG Competitive Opportunities: Edgewood Contracting Division August 2024 update
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Edgewood Contracting Division, is providing an update on upcoming contracting opportunities as of August 2024. This initiative aims to enhance communication with industry stakeholders regarding various Requests for Proposals (RFPs) focused on advanced military medical technologies, including diagnostic tools for distinguishing between bacterial and viral infections, biological sequencing, and chemical detection systems. These procurements are crucial for improving operational capabilities and supporting educational outreach, particularly in STEM fields for Minority Serving Institutions. Interested parties are encouraged to review the attached excel sheet for detailed opportunities and submit any questions via email to the designated point of contact within one week of the posting, noting that all information is subject to change and procurements may be canceled at any time.
    Microbial Testing Supplies - Bridge Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    25--ARM,INTERROGATION,M
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of two units of the ARM, INTERROGATION, M (NSN 2590016969401). This solicitation, classified as a Combined Synopsis/Solicitation, requires delivery to DLA Distribution within 140 days after order. The goods are critical components used in vehicular equipment, emphasizing their importance in maintaining operational readiness. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    61--CONTROLLER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking proposals for the manufacture of one electrical controller, identified by NSN 7H-6110-016275991-X5, with a required delivery timeframe of 180 days post-contract award. This procurement is critical for supporting naval weapon systems, and the sole source for this item is Moog Inc., indicating a specialized requirement within the defense sector. Interested suppliers must submit their proposals in accordance with the solicitation number N00104-25-R-BA01, and are encouraged to contact James J. Benes at (717) 605-4964 or via email at james.j.benes@navy.mil for further details. Proposals must be submitted within 45 days of the notice publication, and government source inspection along with reports of test inspection are mandatory.
    CONTROL BOX,ELECTRI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the CONTROL BOX, ELECTRI. The procurement requires contractors to provide a firm-fixed price for the repair services, adhering to specific requirements including Item Unique Identification and Government Source Inspection, with a Repair Turnaround Time (RTAT) of 681 days after receipt of the asset. This equipment is critical for military operations, and the selected contractor must be an authorized repair source, ensuring compliance with all applicable standards and regulations. Interested parties should submit their quotes electronically to Aaron McFee at aaron.mcfee@navy.mil, with a minimum quote validity of 90 days.