This is a source’s sought notice as a means of conducting market research. The USDA APHIS is seeking all interested sources capable of providing a FireFly Genomics with ATL head and expansion module Machines Brand Name or equal. The USDA APHIS is considering awarding a firm fixed priced type contract. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334516 Analytical Laboratory Instrument Manufacturing. The size standard for this NAICS code is 1000 employees for determination of small business status. Product Service Code is 6630. The specifications for the product are as follows. Specifications: Brand Name or equal FireFly Genomics with ATL head and expansion module. The salient characteristics are the Liquid handling system must be a TRUE positive displacement system of liquids for aspiration and non-contact dispensing with dispensing syringes. Positive displacement, non-contact dispensing is required to reduce reagent and sample waste, which is critical for sequencing work with expensive and irreplaceable/valuable samples. The pipetting system will include a large quantity tip air-displacement pipetting head, working in a minimum range from 0.5uL to 125uL. Plastic consumable tips will be automatically exchanged by the system and available in multiple channel arrays, for flexibility to work with a wide variety of well plates. The system must be able to automatically switch between these formats for flexibility. The system be all in one automation to eliminate the need for multiple separate instruments. The system will include precision pipetting, non-contact positive displacement dispensing, incubation, shaking, and on deck plate handling in a single compact benchtop instrument. The User Interface must be completely configurable to tailor the user experience rather than requiring restricted access to specific protocols only, to full open access to all features for Super users. Must be compatible with windows devices to author protocols virtually anywhere and send them to the system via a network or over the cloud. The software and workflows must be preloaded and ready to use upon installation nor require advanced programming knowledge or specialist scripting expertise to create or modify workflows. The system needs to be compatible with key workflows and certified methods to be ready to automate the Illumina DNA prep. There is no solicitation currently. Responses will be used to determine the procurement method for this requirement. This request for capability information does not constitute a request for quote. Submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. If you are an interested vendor, please provide the following information: 1) Business name and contact information 2) Business size and confirmation of registration in SAM.gov by providing your SAM UEI Code 3) Capability statements addressing the technical information in sufficient detail to determine product compliance with the Government requirements. This may include product literature or other documents, if necessary. 4) Product Country of Origin. Electronic responses are required. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties who provide this product in accordance with the specifications provided are invited to submit a response to this Sources Sought Notice no later than Tuesday, January 13, 2026 at 10am CT. All responses under this Sources Sought Notice must be emailed to Jason Wilking at Jason.L.wilking@usda.gov.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.