SPECIAL NOTICE
J -- J--Notice of Intent to Sole Source
- Notice Date
- 8/22/2025 10:20:07 AM
- Notice Type
- Special Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- IBC ACQ SVCS DIRECTORATE (00004) HERNDON VA 20170 USA
- ZIP Code
- 20170
- Solicitation Number
- 140D0425Q0739
- Response Due
- 8/29/2025 7:00:00 AM
- Archive Date
- 08/30/2025
- Point of Contact
- Galvin, William, Phone: 7039643690, Fax: 3039697084
- E-Mail Address
-
WILLIAM_GALVIN@IBC.DOI.GOV
(WILLIAM_GALVIN@IBC.DOI.GOV)
- Description
- Posted Date: August 22, 2025 Procurement Office Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD) Response Due Date August 29, 2025 by 10AM ET NOTICE OF INTENT TO SOLE SOURCE/SYNOPSIS DOI/IBC/AQD on behalf of NIH/NCATS intends to award a Purchase Order to Sirius Automation Group on a sole source basis. The intended procurement is classified under North American Industry Classification System code (NAICS) Code 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (Size Standard: $12,500,000). This is a sole source procurement under the authority of FAR Part 13.106-1(b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold. (i) Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available This acquisition is conducted under the procedures described in FAR Part 13 Simplified Acquisition Procedures and Part 12 Acquisition of Commercial Products and Commercial Services. Description � Service/Maintenance Agreement for the following systems with the below coverage: o Sirius MicroTasker (SN # 8168282839) o Sirius OmniTasker (SN # 8168282840) o Sirius MultiTasker (SN # 81682337) - One (1x) Preventative Maintenance performed annually on covered instruments/systems. - Inspect, clean and test all components - Inspection stickers will be affixed to each unit at the time of inspection - An equipment status report will accompany the certificates, providing an overview of inspection findings - Software and Firmware support - On-site & Off-site service - Unlimited remedial calls - Parts, labor, and travel included Justification Rationale Sirius Automation is the sole proprietor of maintenance agreements for their equipment. The material or service must be compatible in all aspects (form, fit, and function) with existing systems presently installed. The Sirius Slate software utilized by the Tasker systems has been integrated for use with the SMART laboratory information management system (LIMS) employed by the ACC for tracking, management, and data storage. The service contract from Sirius will provide needed updates and patches to maintain continuous operation and proper compatibility with NCATS systems, platforms, and software. The antistatic cartridges for the analytical balances are a direct replacement of parts currently on the existing equipment. Only this suggested source can furnish the requirements, to the exclusion of other sources, because parts and repairs are required to be OEM. These are very sensitive instruments, and as such require a technician with experience with the exact make and model. Sirius Automation does not authorize or certify third parties to provide maintenance on these instruments. Knowledge of other brands in general will not suffice as it may result in improper repairs. Downtime of the instruments due to unknowledgeable technicians will not be permitted. Genuine Sirius Automation trained and authorized technicians are needed to supply genuine parts and repairs to keep the units in working condition and avoid costly work stoppages. Delivery Period: From issuance of order, one year base period with a one year option This notice of intent to award a sole source Purchase Order is NOT A REQUEST FOR COMPETITIVE QUOTES. A SOLICITATION WILL NOT BE ISSUED. However, all responsible sources that feel they can meet the Government's requirements detailed above may submit a capability statement, which shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirements and include: the Unique Entity ID (UEI) and the Taxpayer Identification Number (TIN). All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. Please be advised that this announcement may constitute the only notice that will be posted for this acquisition, based on any responses to this notice. A determination by the Government not to compete this proposed Purchase Order based upon responses to this notice is solely within the discretion of the Government. The information received will be retained as Market Research. All responses must be received by August 29, 2025 by 10AM EST and must reference number 140D0425Q0739. Responses may be submitted via e-mail to: William_Galvin@ibc.doi.gov and David_Whitby@ibc.doi.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b8377689bc7b4129ab584c75eb72ace0/view)
- Record
- SN07562589-F 20250824/250822230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |