SOURCES SOUGHT: 6640–Leica Stellaris 5 Confocal Microscope System

Sources Sought Notice Sources Sought Notice Page 4 of 4 Sources Sought Notice 4

1. This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 124 E. Hwy 67 Suite 100 Duncanville Texas 75134 for the acquisition of Leica Stellaris 5 Confocal Microscope (Brand Name).

2. Background and Requirement: The requirement is a Leica Stellaris 5 digital confocal microscope equipped with an integrated white light laser (WLL), and Power HyD S silicon detectors. This system allows for the tuning of excitation between 485 nm and 695 nm with 1 nm precision, while imaging up to 8 laser lines during a scanning procedure with freely configurable detection up to 850 nm. The Power HyD detectors enable TauSense Technology, giving access to fluorescence lifetime-based information and intensity data simultaneously. The system also includes Lightening SR mode, an information extraction technology that provides near super resolution images in real-time. The microscope is also equipped with a Super-Z Galvo stage which affords fast, accurate Z-scanning and vibration free imaging. The Stellaris 5 will replace VA owned Lecia Confocal SP5, which is 10 years old. The new Stellaris will be a direct replacement using new (but similar) technology that will be able to perform live confocal imaging with the same or higher sensitivity and performance than the old Leica Confocal SP5.

3. These are the unique characteristics that are required and currently only the Leica Stellaris 5 Digital has the capability necessary to fulfill this need. The following features are required: a. The capability of the confocal microscope to utilize up to 8 spectral lines (between 485 nm and 695 nm with 1 nm precision) in a scan using white laser and acouto optical beam splitter (AOBS) and prism-based spectral detection technology. This is achieved without the use of dichroic filters. b. Capability of the system to dynamically separate autofluorescence emitted by a sample during the scan into a separate channel (tau sensing). c. Software that can be used to analyze any legacy data collected over the past decade on the users Leica SP5 confocal microscope system. d. Capability of the system to gather fluorescence data using pulsed laser-detector technology for the separation of signals from closely related fluorochromes.

4. The Leica Stellaris is the only confocal microscope system capable of meeting the above requirements. These advanced capabilities are not only required by studies to be conducted by the end-users, but proprietary to Leica Microsystems.

5. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to solicit this requirement competitively. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice, the Government shall determine if a solicitation will be issued. 6. Any responses to this notice are requested by 3:00 PM Central Time on Tuesday, 28 June 2022.Send responses to Frank Mendoza at [email protected].

DISCLAIMER: This notice complies with the requirements of FAR 5.201 and is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this notice. End of Document

  • Original Set Aside: 
  • Product Service Code: 6640 – LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: 

Full details via beta.sam.gov

Perkins Technical Services Inc. awarded $90M contract for power supplies

Perkins Technical Services Inc.,** Huntsville, Alabama, has been awarded a maximum $90,112,225 firm-fixed-price contract for power supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with two one-year option periods. The performance completion date is June 21, 2025. Using military service is Army. Type of appropriation is fiscal 2022 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-22-D-0107).

Perkins Technical Services, Inc. is located at 1318b Putman Dr Nw in Huntsville and has been in the business of Engineering Services since 1995. (www.dnb.com

SOURCES SOUGHT: S222–SHARPS MEDICAL WASTE DISPOSAL SERVICE FOR BOISE VAMC

Sharps Medical Waste Disposal Services. This will be SDVOSB Set-Aside. The service location is The Department of Veterans Affairs, Boise VA Medical Center, 500 West Fort Street, Boise, ID and it s satellite Community Based Outpatient Clinics (CBOC). The awarded contractor will: Conduct Sharps Medical Waste disposal services for medical waste such as hypodermic needles, syringes and scalpel blades disposal services and will not include any hazardous waste, radioactive waste or pharmaceuticals. This will be awarded through a firm fixed price contract. This procurement will be set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). Be advised there is no solicitation at this time, and this is not a request for quote. The purpose of this notice is to obtain information regarding the availability of capable or qualified SDVOSB/VOSB sources to perform this potential requirement.

  • Original Set Aside: 
  • Product Service Code: S222 – HOUSEKEEPING- WASTE TREATMENT/STORAGE
  • NAICS Code: 562211 – Hazardous Waste Treatment and Disposal
  • Place of Performance: Boise VAMC 500 West Fort Street Boise , ID 83702

Full details via beta.sam.gov

137: Carol Craig – From Earth to Space She Isn’t Afraid to Put it all on the Line

Today we are going to take it back, in this episode, we are going to re-introduce an amazing podcast guest that we had back in September we featured in Episode 69 Carol Craig from Craig Technologies.

If you guys don’t remember, this was a force that you had to know. Listening to this episode was an amazing experience, Carol Craig is the founder and CEO of Craig Technologies and Craig Technologies Aerospace Solutions, which is headquartered in Merritt Island, Florida.

Just a few things about Carol, back in 1999 she started her business just by herself and she grew it to over 450 associates with revenues increasing over 40 million dollars. Also, Carol was the first woman that was eligible to fly and come back in the US Navy, she is also the first female aviator to join her P3C Orion Squadron.

She’s also won numerous awards, broke many records, starting back in the day when she was a trackstar, but her biggest accomplishment has been with her son. Seeing her son being diagnosed with a genetic disorder she has accomplished so much with him and for him.

So here we are again, it is a perfect timing to re-introduce our guest Carol Craig. Listen up and hear Eric and Carol discuss everything from earth to space.

Dematic Corp. awarded $9M contract for the replacement of an obsolete automated storage and retrieval system

Dematic Corp., Atlanta, Georgia, was awarded a $9,974,780 firm-fixed-price contract for the replacement of an obsolete automated storage and retrieval system. Bids were solicited via the internet with one received. Work will be performed in Texarkana, Texas, with an estimated completion date of Dec. 19, 2023. Fiscal 2022 Capital Investment Project funds in the amount of $9,974,780 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W911RQ-22-C-0055).

Dematic Corp. is located in Basking Ridge, NJ, United States and is part of the Other General Purpose Machinery Manufacturing Industry. Dematic Corp. has 63 employees at this location. (Employees figure is modelled). There are 532 companies in the Dematic Corp. corporate family. (www.dnb.com

Sources Sought for Construction of a Parking Lot

This is a Sources Sought synopsis. This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. The intent of this synopsis is to identify potential Section 8(a) small business concerns, Historically Underutilized Business Zone (HUBZone) small business concerns, woman-owned small business concerns (WOSB), service disabled veteran owned small business (SDVOSB) concerns and small business concerns (SBC) that have the required experience and capability to construct parking facilities.  NAVFAC Pacific will use the responses to this Sources Sought notice to make the appropriate acquisition decision for the planned procurement. This is not an announcement of the availability of a solicitation nor is it a mPreview (opens in a new tab)eans of generating a plan-holders list.  After review of the responses to this notice, a pre-solicitation announcement may be published on the SAM.gov website should the Government intend to proceed with this procurement.

Firms responding to this notice shall clearly identify which small business program(s), as specified above, they represent.

The North American Industry Classification System (NAICS) Code is 238990, Average Annual Receipts for past three years–$16.5 MIL. The estimated cost is between $12,000,000 and $14,000,000.

The project is for the design-build construction of a parking lot consisting of 240 stalls.  The work also includes grading and landscaping.

The Government will evaluate responses based upon small business program representation, experience, past performance, and bonding capacity.  Use the attached forms: Sources Sought Questionnaire form (Attachment (1)) and Experience Questionnaire form (Attachment (2)).  The Experience Questionnaire information shall support that you have completed a relevant project of the magnitude indicated.

Firms having the capability to perform this work are invited to submit qualifications information, limited to the forms provided no later than 2:00 p.m. HST on July 08, 2022.  Submissions may be submitted via electronic mail to [email protected].  Upon receipt, a confirmation email will be sent.  If a confirmation email is not received within a day, please call (808) 471-2235.

Complete information must be submitted as the Government will not seek clarification of information provided. The Government will not contact the concern for clarification of information. This Sources Sought notice is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this Sources Sought notice or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this notice. All information will be held in a confidential manner and will only be used for the purposes intended. Information received after the specified date and time will not be considered.

  • Original Set Aside: 
  • Product Service Code: 
  • NAICS Code: 238990 – All Other Specialty Trade Contractors
  • Place of Performance: GU, USA

Full details via beta.sam.gov

Lockheed Martin Rotary and Mission Systems awarded $62M contract for fiscal 2022 AEGIS modernization, DDG new construction, and Frigate new construction production requirements

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $62,086,381 fixed-price-incentive and firm-fixed-price modification to previously awarded contract N00024-20-C-5101 for fiscal 2022 AEGIS modernization, DDG new construction, and Frigate new construction production requirements. Work will be performed in Moorestown, New Jersey (80%); and Clearwater, Florida (20%), and is expected to be completed by September 2025. Fiscal 2022 other procurement (Navy) funds in the amount of $42,685,741 (69%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $15,016,890 (24%); and fiscal 2022 Defense-wide procurement funds in the amount of $4,383,750 (7%) will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C. is the contracting activity.

Lockheed Martin Corporation is located in Akron, OH, United States and is part of the Navigational, Measuring, Electromedical, and Control Instruments Manufacturing Industry. Lockheed Martin Corporation has 2 employees at this location. (Employees figure is modelled). There are 1,101 companies in the Lockheed Martin Corporation corporate family. (www.dnb.com

SOURCES SOUGHT: Procurement of a Variable Pressure Field Emission Scanning Electron Microscope System

Procurement of a Variable Pressure Field Emission Scanning Electron Microscope System

  • Original Set Aside: 
  • Product Service Code: 6640 – LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code: 334516 – Analytical Laboratory Instrument Manufacturing
  • Place of Performance: Gaithersburg , MD 20899 USA

Full details via beta.sam.gov

Amentum Services Inc. awarded $45M contract for executive airlift aircraft maintenance and back shop support services

Amentum Services Inc., Germantown, Maryland, has been awarded a $45,966,308 contract modification (P00031) to previously awarded contract FA7014-18-F-5045 for executive airlift aircraft maintenance and back shop support services. This contract provides for maintenance and support of aircraft assigned to the 316th Wing and 89th Wing at Joint Base Andrews-Naval Air Facility, Washington, and is expected to be completed by Aug. 31, 2023. The cumulative face value of the contract is $197,332,680.  The 316th Contracting Squadron, Joint Base Andrews, Maryland, is the contracting activity (FA7014-18-F-5045).

Amentum Government Services Holdings LLC is located in Germantown, MD, United States and is part of the Office Administrative Services Industry. Amentum Government Services Holdings LLC has 37,000 total employees across all of its locations and generates $5.31 billion in sales (USD). (Sales figure is modelled). There are 349 companies in the Amentum Government Services Holdings LLC corporate family. (www.dnb.com

SOURCES SOUGHT: S207–Pest Control Service (Loma Linda VA Health Care System and Loma Linda VA Ambulatory Care Center)

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.

Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) UEI number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

Network Contract Office (NCO) 22 is seeking a qualified vendor to provide Integrated Pest Control Services for the Loma Linda VA Health Care System (LLVAHCS) at 11201 Benton Street, Loma Linda, CA and the Loma Linda VA Ambulatory Care Center (ACC) located at 26001 Redlands Blvd., Redlands, CA. The contractor shall provide all labor, supplies, materials, and travel to meet the needs of this solicitation. Prospective contractors must be authorized/certified to provide the required service and must show proof with any provided documents at the time of responding to this Sources Sought announcement of the capabilities stated below: DRAFT STATEMENT OF WORK DRAFT Contract Title. Integrated Pest Control Service Agreement (Loma Linda VA Health Care System and Loma Linda VA Ambulatory Care Center). Background. Contractor shall furnish all labor, equipment, supervision, management, supplies, transportation, and equipment necessary to perform contractor owned/contractor operated commercial pest, insect and rodent control services required under this contract for the Loma Linda VA Health Care System (LLVAHCS), located at 11201 Benton Street, Loma Linda, CA, and the Loma Linda VA Ambulatory Care Center (ACC) located at 26001 Redlands, Blvd., Redlands, CA for the development and implementation of a comprehensive Integrated Pest Management Program (IPM). All services are to be performed in accordance with standard industry practices and quality control measures.

The pesticide formulations used shall be United States Environmental Protection Agency (EPA) certified and approved for use in the manner applied, and must comply with Federal, State, and Local regulations. The Contractor shall be knowledgeable and certified to apply, maintain, and mix pesticide formulations in accordance with all Federal, State, and Local regulations. All pest management services throughout the period of this contract shall be performed at the Loma Linda VA Health Care System (LLVAHCS) main campus and the Loma Linda VA Ambulatory Care Center (ACC). Together, they comprise approximately 1,020,000 square feet of building space. Services are required daily Monday through Friday for regular service, and possibly Saturday and Sunday for emergent service. LLVAHCS is required to provide 24-hour support operations essential to patient care. Contractor services turn-around shall be performed accordingly to support the LLVAHCS operations, this includes both a regular spraying schedule during normal business hours, and no later than 24 hours after receiving notice for emergent situations. The contractor shall be flexible to provide services Monday through Sunday (excluding Federal Holidays) to prevent any delay in patient care, and or to address urgent services that require immediate attention that could pose a safety or health risk. Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this Sources Sought synopsis request.

This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated.

The North American Classification System (NAICS) code for this acquisition is 561710, Exterminating and Pest Control Services. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors must submit information by e-mail to [email protected].

All information submissions should be received no later than 3:30 pm Arizona Time on July 1, 2022. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published.

  • Original Set Aside: 
  • Product Service Code: S207 – HOUSEKEEPING- INSECT/RODENT CONTROL
  • NAICS Code: 561710 – Exterminating and Pest Control Services
  • Place of Performance: Loma Linda VA Health Care System 11201 Benton Street, Loma Linda, CA , 92357
    USA

Full details via beta.sam.gov