High Purity Geranium Detector Repair
ID: N4215825QE051Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for the repair of a Cryopulse-5 HPGe Detector, with a focus on engaging women-owned small businesses. The contract requires comprehensive repairs, including the inspection and replacement of critical components, ensuring the detector's functionality, and adherence to federal safety regulations throughout the process. This equipment is vital for supporting key naval operations, and the repaired detector must be delivered by April 30, 2026. Interested contractors should submit their price quotes and property management plans to Ashley Moose at ashley.l.moose.civ@us.navy.mil or Chad R. Godwin at chad.r.godwin.civ@us.navy.mil as part of their response.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 2:06 PM UTC
The document outlines a service contract for the repair of a Cryopulse-5 HPGe Detector Model GC4018, specifically serial number 11534, at a vendor location post-shipment from Norfolk Naval Shipyard (NNSY). The scope includes inspecting and repairing the detector crystal and its electronics, replacing the aluminum endcap, and the CryoPulse-5 Plus unit. Should additional repairs be identified, the vendor must provide a new quote for approval. The contract period spans from contract award to the return shipment of the fully repaired detector, supporting key naval operations (AS39 and AS40). Safety protocols specified include adherence to Federal and State OSHA regulations, NNSY OSHE Program Manual guidelines, and hazardous energy control measures. Contractors and non-NNSY representatives must comply with safety requirements, and any changes to work scopes must be communicated to NNSY's responsible officials. The contract designates NNSY for the initial shipping of the detector for repair, while the vendor is tasked with returning it post-repair. The document illustrates procedural steps and safety compliance essential for government contracts concerning operational equipment repair, emphasizing the significance of maintaining safety standards in government operations.
Apr 10, 2025, 2:06 PM UTC
The document outlines a solicitation for the repair of the Cryopulse-5 HPGe Detector, targeted at women-owned small businesses (WOSB). It includes administrative details such as requisition and contract numbers, effective dates, and contact information for inquiries. The contractor is required to perform specific repairs on the detector, including replacing components and inspecting the equipment to ensure functionality. The contract includes a fixed-price arrangement and emphasizes compliance with various federal regulations, as well as instructions for electronic submission of payment requests through the Wide Area Workflow (WAWF) system. Delivery of the repaired detector is required by April 30, 2026, following a specified period of performance. Key contract clauses regarding inspection, packaging, and contractor responsibilities are referenced, indicating a structured approach to fulfill government procurement needs. This solicitation reflects the broader framework of federal RFPs, emphasizing small business participation and adherence to regulatory guidelines for public sector contracting.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
66--ANALYZER ASSEMBLY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of the Analyzer Assembly. This procurement aims to ensure the operational readiness of critical equipment used in search, detection, navigation, and guidance systems, which are vital for national defense operations. The contract will require vendors to provide a comprehensive repair price, including teardown and evaluation, and to adhere to strict quality assurance and packaging standards, particularly concerning mercury-free materials. Interested parties should contact Kaitlyn T. Mounts at 717-605-5937 or via email at kaitlyn.t.mounts.civ@us.navy.mil for further details, with proposals expected to reference specific repair timelines and constraints.
12--CONVERTER-DETECTOR, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of a Converter-Detector. This procurement requires contractors to provide a firm-fixed price for the repair of the specified item, adhering to strict guidelines including a Repair Turnaround Time (RTAT) of 128 days and compliance with IUID requirements. The Converter-Detector is critical for fire control radar systems, underscoring its importance in defense operations. Interested contractors must submit their quotes electronically to Amber L. Wale at AMBER.L.WALE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and additional details regarding pricing and throughput constraints as specified in the solicitation.
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
59--REACTOR, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of a reactor. The procurement requires contractors to meet specific operational and functional requirements, adhering to established repair standards and quality assurance protocols. This contract is crucial for maintaining the operational readiness of naval systems, ensuring that the reactor meets all necessary specifications and safety standards. Interested contractors should contact Christian Spangenberg at 717-605-5192 or via email at CHRISTIAN.SPANGENBER@NAVY.MIL for further details and to submit proposals, with the expectation that all work will comply with the outlined requirements and documentation standards.
ELECTRONIC COMPONEN
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of electronic components under a fixed-price contract. The procurement requires vendors to provide a full repair effort for electronic components, including teardown and evaluation, with a specified turnaround time of 105 days for inspection and acceptance by the government. These components are critical for military applications, emphasizing the importance of quality and compliance with military standards, including restrictions on mercury contamination. Interested contractors should submit their quotes, including repair pricing and any exceptions to the solicitation requirements, to Seana M. Steiner at SEANA.M.STEINER.CIV@US.NAVY.MIL or by phone at 717-605-6561, with all proposals due by the specified deadline.
Radiological Medical Equipment Parts at NMC Portsmouth and MTFs
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the procurement of radiological medical equipment parts at the Naval Medical Center (NMC) in Portsmouth, Virginia. This solicitation, identified as RFQ HT940625Q0010, includes specific items such as brake levers, a CXDI-50G powerbox, detector side covers, sensor cables, and a 19" color monitor, which are essential for maintaining operational readiness in medical facilities. Vendors are required to submit their proposals using the SF1449 form, ensuring that all costs, including shipping, are reflected, with a focus on new product offers and compliance with federal acquisition standards. Proposals are due by April 28, 2025, with delivery expected by May 30, 2025, and interested parties can contact Cynthia Scharnowske at cynthia.e.scharnowske.civ@health.mil for further information.
459051 - Pilatus4 CdTe Detector
Buyer not available
The Department of Energy, through Brookhaven National Laboratory, is seeking sources for the procurement of a Dectris PILATUS4 CdTe Detector, as outlined in a Sources Sought Notice. The detector must meet specific capabilities, including a substantial active area and an upgradeable maximum framerate, and the contractor will be responsible for assembling, testing, and delivering the equipment to BNL, along with comprehensive documentation and a one-year warranty post-acceptance testing. This procurement is crucial for enhancing research capabilities at the National Synchrotron Light Source II (NSLS-II) and reflects the government's commitment to advancing scientific instrumentation. Interested parties should submit a Statement of Capabilities to Lisa Gonzales at lgonzales@bnl.gov by the specified deadline, ensuring to include their business size and other required information.
70--ADCAP ASSEMBLY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of the ADCAP Assembly. This procurement involves the complete repair of specified assemblies, with a focus on ensuring compliance with operational and functional requirements as outlined in the contract specifications. The ADCAP Assembly is critical for naval operations, and the successful contractor will be responsible for adhering to strict quality assurance and inspection protocols, including the management of materials free from mercury contamination. Interested vendors should submit their proposals, including a Firm-Fixed Price quote for the repair effort, to Zachary R. Morrill at zachary.r.morrill.civ@us.navy.mil by the specified deadline, with a requested repair turnaround time of 250 days.
Pfeiffer ASM 310 Portable Leak Detector, No Equivalents Or Substitutions
Buyer not available
The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of an ASM 310 Portable Leak Detector, with no equivalents or substitutions allowed. The procurement requires vendors to provide specific details including the origin of manufacture, a unique employee identifier, and a published price list for price justification. This equipment is critical for ensuring safety and compliance in various research and operational settings at the laboratory. Interested vendors must ensure they are registered in the System for Award Management (SAM) and submit their quotations by the specified deadline, with pricing valid for 60 days. For further inquiries, vendors can contact Malen Valencia at mvalencia@bnl.gov.
PRI PLT DP CELL TST
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair and evaluation of the PRI PLT DP CELL TST. This procurement involves the inspection and acceptance of supplies under a firm fixed-price purchase order, with specific requirements for repair turnaround time and throughput constraints. The goods and services sought are critical for maintaining operational readiness within the Navy's nuclear reactor systems. Interested vendors must submit their quotations, including detailed repair proposals, to the primary contact, Zackary Loudon, via email at ZACKARY.LOUDON@NAVY.MIL or by phone at 717-605-7722, with a quotation validity of 60 days from submission.