NFPC - SpectroMaxx PM Service
ID: 24-SIMACQ-PD-1410-0178Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the Naval Foundry and Propeller Center (NFPC) in Philadelphia, PA, is seeking contractors to provide annual service and calibration for the SPECTRO MAXX LMM15 spectrometer. The procurement includes preventative maintenance services and the provision of maintenance service kits, emphasizing the need for factory-trained engineers to conduct biannual maintenance calls and ensure compliance with security protocols for government facility access. This contract is crucial for maintaining the operational integrity of analytical laboratory instruments used in defense applications. Interested parties should contact Steven Galasso at steven.m.galasso.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further details, with the performance period set for one year post-award.

    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for annual preventative maintenance and calibration services for the SPECTRO MAXX LMM15 spectrometer at the Naval Foundry and Propeller Center (NFPC) in Philadelphia, PA. This contract, classified as non-personal services, emphasizes that no employer-employee relationship exists between the contractor and the government. The contractor must provide factory-trained engineers, conduct biannual maintenance calls, and ensure all personnel conform to security measures for access to government facilities. The SOW details aspects such as the delivery of maintenance kits, response times for repairs, and the need for comprehensive maintenance reporting. Security protocols include site access procedures, identification verification, and strict regulations regarding portable electronic devices, ensuring compliance with operations security (OPSEC) standards. The contractor is responsible for safeguarding controlled unclassified information (CUI) throughout the contract's duration. The performance period is set for one year post-award, during which the contractor must maintain adherence to specified guidelines for site operations and employee security clearance. Overall, this SOW establishes a framework for maintaining critical foundry equipment while ensuring compliance with government regulations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    J--Preventative maintenance to spectrometer instruments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking preventative maintenance services for spectrometer instruments. Spectrometer instruments are typically used for analyzing and measuring the properties of light. This combined synopsis/solicitation is for the sole source purchase of medical equipment maintenance. The procurement is being conducted by the NAVSUP FLT LOG CTR NORFOLK. For further details, please refer to the attached synopsis/solicitation.
    Cannon Viscometer Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide maintenance services for three Cannon viscometers located at the Yuma Proving Ground in Arizona. The procurement aims to establish a maintenance contract that includes annual preventative maintenance, emergency repairs, and the provision of calibration standards for the Cannon Mini QV-X and Mini AV-X viscometers. This equipment is critical for laboratory operations supporting military testing activities, and the contractor must adhere to strict quality assurance and performance standards as outlined in the Performance Work Statement. Interested parties are encouraged to respond to this Sources Sought notice by providing their capabilities and relevant information to the primary contact, Damon McLaughlin, at damon.j.mclaughlin.civ@army.mil by the specified deadline, as the government will not accept unsolicited proposals at this time.
    Analytical Laboratory Instrument Manufacturing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force's Arnold Engineering Development Complex (AEDC), intends to procure an Energy Dispersive XRF Spectrometer from Applied Rigaku Technologies Inc. to enhance its analytical capabilities. The spectrometer must meet specific technical requirements, including the ability to detect elements from Sodium to Uranium, a 50 kV X-ray tube, and a Silicon Drift Detector, while ensuring that no refurbished components are included. This procurement is critical for maintaining high-quality analytical standards in government operations, and the estimated value falls below the Simplified Acquisition Threshold, allowing for a non-competitive procurement process. Interested parties may submit responses electronically by 1:00 PM CDT on October 21, 2024, and should direct inquiries to Noah Bean at noah.bean.1@us.af.mil or Brooke Vandeman at brooke.vandeman@us.af.mil.
    Calibration and Repair Services - PNSY
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE Calibration and Repair Services - PNSY: The Department of the Navy at Portsmouth Naval Shipyard GF is seeking sources capable of providing calibration and repair services for the Portsmouth Naval Shipyard in Kittery, Maine. These services are required for instruments and laboratory equipment in accordance with the attached Statement of Work. Interested vendors must be able to comply with FAR 52.245-1, DFARS 252.245-7003, and DFARS 252.245-7005. Responses from interested vendors are due by 11:59pm ET on Tuesday, December 31, 2024. This Sources Sought announcement is for market research purposes only and may lead to an official solicitation in the future. Interested parties must meet specific criteria, including having an active CAGE Code and registration in the System for Award Management (SAM.gov). The response should include company information, point of contact details, business size and type, capabilities statement, and related marketing materials. Responses should be limited to ten pages and submitted in PDF format via email to the Contract Specialist, David Agea, at david.a.agea.civ@us.navy.mil. This notice is for informational purposes only and does not constitute a solicitation or commitment by the government.
    66--CALIBRATING DEVICE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is preparing to solicit a contract for the repair and modification of a calibrating device, identified by NSN 7H-6625-005888873. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and is intended for repairs only, as the Government does not possess the necessary data or rights to procure this part from alternative sources. This opportunity is critical for maintaining the operational capabilities of the Navy's electronic and electrical measuring instruments. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of this notice, with all proposals being considered by the Government. For further inquiries, potential bidders can contact Amber Wale at (717) 605-2541 or via email at AMBER.WALE@NAVY.MIL.
    Laboratory Equipment Preventative and Emergency Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center, is seeking a contractor to provide preventative and emergency repair services for laboratory equipment. The contract aims to support the operation of critical test and measurement equipment across various laboratories, including the Environmental Test Laboratory and the Radiography Laboratory, ensuring the equipment's performance and reliability for essential testing processes. This maintenance service is vital for delivering accurate results that support the Army's operational capabilities. Interested parties can contact Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or by phone at 520-669-7630 for further details regarding the solicitation.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    4000ft-lbs. Force and Torque Calibrators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from qualified vendors regarding the procurement of 4000 ft-lbs Force and Torque Calibrators for the Naval Air Systems Command (NAVAIR) Metrology and Calibration program. The anticipated contract will span three years and is expected to include the delivery of three to thirty units, along with installation and training for personnel, ensuring compliance with military standards and operational readiness. These calibrators are crucial for maintaining the accuracy of various torque tools used by Navy personnel, thereby supporting the Navy's metrology and calibration capabilities. Interested parties are encouraged to submit a Capability Statement by 2:00 PM PDT on October 24, 2024, to Andrew Davis at andrew.m.davis106.civ@us.navy.mil or Kandi Hsin at kandi.y.hsin.civ@us.navy.mil, as this notice serves solely for information gathering and not as a solicitation for proposals.
    Mahr ICM 25 Calibration Fixture
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a Mahr ICM 25 Calibration Fixture (Model 2121788) under a firm fixed price contract. This specialized calibration fixture is essential for the calibration of Mahr model ICM 25 dial indicator calibrators, ensuring compatibility with existing systems and minimizing risks associated with non-original equipment manufacturer (OEM) products. Interested suppliers must be OEMs or authorized distributors, with proof of authorization required at submission, and quotes are due electronically by the specified response date. For further inquiries, interested parties may contact Julian Garibay at julian.p.garibay.civ@us.navy.mil or Steve Cortes at steve.cortes.civ@us.navy.mil.
    DoD STTR 24.D Program BAA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 500 MHz Nuclear Magnetic Resonance Spectrometer. This equipment is typically used for physical properties testing and inspection. The procurement will be priced at the time of delivery order placement, with delivery FOB Destination. The contractor must provide documentation and certification of compliance with applicable specifications. The acquisition is under NAICS Code 334516 with a size standard of 1000. Payment will be made through Wide Area Workflow (WAWF) with Defense Finance and Accounting Service (DFAS). More information will be provided in the Request for Proposal (RFP) solicitation number N6893623R0009 to be posted on the beta.sam website. Interested parties must be registered in the System for Award Management (SAM) database. Written responses should be submitted to the listed points of contact within 15 days of this notice date.