SOLICITATION NOTICE
23 -- Notice of Intent to Sole Source_ Increase to Contract 68HERH25C0005 (Portable High Throughput Integrated Laboratory Identification Systems (PHILIS) Platform Modernization 2.0)
- Notice Date
- 10/29/2025 12:29:25 PM
- Notice Type
- Presolicitation
- NAICS
- 336211
— Motor Vehicle Body Manufacturing
- Contracting Office
- HEADQUARTERS ACQUISITION DIV (HQAD) WASHINGTON DC 20460 USA
- ZIP Code
- 20460
- Solicitation Number
- 68HERH25C0005
- Response Due
- 11/5/2025 1:30:00 PM
- Archive Date
- 11/05/2025
- Point of Contact
- Heather M. Adams, Phone: 202-564-3641
- E-Mail Address
-
adams.heather.m@epa.gov
(adams.heather.m@epa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Posted Date: October 29, 2025 Procurement Office: U.S. Environmental Protection Agency, Headquarters Acquisition Division, Office of Land and Emergency Management (OLEM) & Regional Support Branch (3805R), Washington, DC 20460 Response Date: November 5, 2025, NLT 4:30 PM EST Pursuant to the authority granted by 41 U.S.C.253(c) (1), only one responsible source and no other supplies or services will satisfy agency requirements as implemented by FAR 6.302-1, the U.S. Environmental Protection Agency (EPA), Office of Land and Emergency Management (OLEM) intends to increase the capacity (i.e., ceiling) of EPA�s Firm-Fixed-Price (FFP) contract, 68HERH25C0005, with MRIGlobal by approximately $530,000.00. The Portable High Throughput Integrated Laboratory Identification Systems (PHILIS) laboratory systems were designed to detect Chemical Warfare Agents (CWAs) and Toxic Industrial Chemicals (TICs). Multimedia Volatile Organic compound (VOC) and Semi-volatile organic compound (SVOC) analysis is performed in the laboratories as well as other analyses as needed. The PHILIS Program provides on-site mobile and base of operations laboratory capabilities to respond to CWA and TIC releases, as well as any supplementary locations that are deemed fundamental to accomplishing EPA�s mission. The current contract replaces the mobile operational laboratory platforms and optimizes operations of the PHILIS units located in Edison, New Jersey and Castle Rock, Colorado. This increase is necessary to extend the period of performance from 01/21/2026 to 06/21/2026 and to increase the ceiling of the contract to account for unexpected subcontractor Craftsman�s design iterations, requirement expansions, and raw material increases that have caused variances outside the current ceiling price. Changes include: Upgraded HVAC Enclosures - 100% custom designed and fabricated doors (4) to fully secure and enclose HVAC area during transit. Additional labor to notch vertical wall studs for strut channels and raceway. Fabricate and weld in place (470 lf) horizontal hat channels to house wall struts and raceways. Weld in place (310 lf) galvanized strut channels to horizontal hat channels. Furnish and install (160 lf.) of LeGrange 4000 electrical wire raceways with snap-in covers. Additional fabrication and installation time for interior wall cladding due to addition of struts and in-wall raceways. The original bid represented the general estimated cost of welding a variety of metal plates within the wall to help support permanently mounting equipment, which would not be sufficient for now known internal restraint loads, nor flexible enough to allow for future instrument and/or cabinetry placements. In addition, the original use of metal plates would have required an additional 0.5-1"" of interior width, which would have further reduced the countertop and aisle space. Finally, the best way to utilize the chosen electrical and data raceways is to fully integrate them via weld into the custom zee stud structure. This also enables the maximum interior space remains available. MRIGlobal and Craftsmen discussed this portion multiple times and are in agreement it is beyond the originally scoped quote offered by Craftsmen. Engineering and PM hours for HVAC design and development changes. Manufacture and install (1) additional Generator compartment shelf to support blower motor configuration. Fabricate and install (4) generator intake and exhaust cover panels. This modifies how louvers in these locations are designed and installed and adds the cover panel. Manufacture and install flip-up actuator driven mast in HVAC area. Paint exterior mast. Wire passthrough in bulkhead. Cut and reinforce hole, fabricate and install (4) additional recessed exterior outlet compartments. Furnish and install (4) additional exterior 20-amp duplex receptacle(s). Furnish and install (1) additional hand wash sink(s) with faucet(s), macerator pump and on demand water heater. Manufacture (1) ft. interior divider wall to create office space. Includes .050 prefinished white aluminum on walls and (2) air return louvers. After reviewing the technical requirements document MRIGlobal agrees this is an addition to the originally scoped work, governed by 3.2.1.5 as the requirements document simply lists ""areas"" and does not indicate the requirement for a permanent wall. The original Craftsmen quote provided for a retractable wall to separate office and laboratory space when needed. Discussions with EPA at the PDR dictated the change to a permanent wall separating the Laboratory and office areas in the Sample Receipt/Office Laboratories. Cut, frame-out, and reinforce (1) additional exterior entry/exit opening. Furnish & install (1) additional 36"" wide entry/exit door(s) with panic bar, keypad lock, heavy-duty stainless-steel hinges, hydraulic closers, and battery powered keypads. After reviewing the technical requirements document several times with Craftsmen, MRIGlobal agrees this is an addition to the originally scoped work - governed by 3.2.2 bullet 9 ""A self-closing 36� minimum laboratory entry door with a small window shall be installed to facilitate equipment movement into and out of each laboratory/office."" This combined with the assumption above regarding a non-permanent wall. Discussions with EPA at the PDR dictated the addition of a 3rd exterior doorway in the Sample Receipt/Office laboratories. HVAC systems 10 ton to 12-ton upgrade (2x5 ton units?2x6ton units). Move water polishing system to opposite container wall. This includes drain, low point drains, supply line, pump, and heat tape (x2). HVAC Thermostat Upgrade for expanded requirement and optimal system integration - Furnish and provide MC4002-AC Lead-Lag controller for each laboratory. Includes additional low voltage power/comms runs to fire system. Expanded Security System Upgrades (heavy duty door switches, GPS antenna, keypad, G2 system). Addition of 2 fire strobes and sirens on roadside of container. Expanded Security system requirement - Furnish and install battery system, disconnect, breaker, battery box, charger. Fabricate shelf and bracket for battery system. Upgrade to the HVAC system to a variable speed hood control system on Prep-Labs due to the number of hoods and to balance the HVAC system. Additional time required for optimization of the instrument heat management system. Vendor cost increases for labor and goods/materials. Additional/increased costs for liquid nitrogen generator system & lines Additional/increased costs for filter bank isolation dampers. Tariff costs This increase does not impact the scope of the contract (68HERH25C0005). The Contracting Officer (CO) has determined that the only way to ensure the completion of the design, build and delivery of the mobile labs under contract 68HERH25C0005 continues uninterrupted is to obtain support through the current contractor, MRIGlobal. MRIGlobal specializes in the work under this contract and has gained substantial information on the design and build of the mobile laboratories since contract award that are critical to fulfilling this requirement efficiently and effectively, without undue start-up time and additional costs required for another contractor to gain the knowledge already obtained by MRIGlobal. NO SOLICITATION IS AVAILABLE. This notice of intent is not a request for competitive proposals. However, pursuant to FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement which shall be considered by the agency. Capability statements must be received within the time set forth in this announcement to be considered by the Government. Each response should include the following Business Information: Unique Entity Identifier (UEI) Company Name and Address Company Point of Contact, including Phone and Email Capability Statement Responses to this notice must be in writing and provide clear and convincing evidence that competition would be advantageous to the Government. A determination not to compete based upon the responses to this notice is solely within the discretion of the Government. All questions should be directed to Heather M. Adams, Supervisory Contract Specialist, ONLY VIA EMAIL at Adams.Heather.M@epa.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0bfeacc5eec34a9aa8f3ba778e621000/view)
- Record
- SN07630696-F 20251031/251029230040 (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 |