Liquid Scintillation Counters
ID: PANRSA-25-P-0000-011448Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5200, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, specifically the U.S. Army, is seeking a qualified contractor to establish a maintenance agreement for its Liquid Scintillation Counters located at Redstone Arsenal, Alabama. The contract will be a firm-fixed price agreement aimed at ensuring optimal performance and operational efficiency through comprehensive preventive and remedial maintenance services, including unlimited visits and technical assistance within five business days of notification. This initiative is critical for maintaining the functionality of essential laboratory equipment that supports the Army's mission. Interested parties should contact Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil for further details, with the proposed performance period commencing on July 25, 2025, and extending through four option years until July 24, 2030.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Justification and Approval for Other than Full and Open Competition regarding a maintenance contract for the U.S. Army Test Measurement Diagnostic Equipment (TMDE) Activity at Redstone Arsenal, Alabama. The contract is necessary to ensure the optimal performance of two government-owned Liquid Scintillation Counters, specifically TRI_CARB 5110TR models identified by their serial numbers. The arrangement includes a fixed-price agreement for maintenance and repair, with a proposed performance period starting July 25, 2025, and extending through four option years until July 24, 2030. This initiative highlights the Army's commitment to maintaining critical laboratory equipment, which plays a vital role in their operations. The justification for using a non-competitive process indicates the specialized nature of the required services and the equipment involved, aligning with federal procurement regulations.
    The U.S. Army Primary Laboratories (APSL) at Redstone Arsenal, Alabama, seeks a maintenance agreement for its Liquid Scintillation Counters, specifically TRI-CARB models. The contract specifies that the contractor will provide all necessary labor, parts, and tools for both preventive and remedial maintenance, with unlimited on-site service visits required. Maintenance tasks include repairs, certification, and instrument performance verification, all to be conducted within a five business day response window. The contract will be fixed-price, covering all maintenance costs for the duration of the agreement. The government will provide necessary facilities and access to equipment, while the contractor must comply with installation security protocols and provide qualified personnel. The maintenance services will be performed during standard business hours in designated buildings at Redstone Arsenal. Overall, this agreement aims to ensure the optimal functionality and reliability of the laboratory's equipment, safeguarding national defense interests while adhering to strict operational standards.
    The U.S. Army Primary Laboratories in Redstone Arsenal, Alabama, seeks a firm-fixed price maintenance agreement for its Liquid Scintillation Counters. The contract will ensure maximum operational efficiency through comprehensive preventive and remedial maintenance services. Contractors must provide all necessary labor, diagnostic tools, repair parts, and on-site support, including unlimited visits and technical assistance within five business days of notification. The agreement specifies responsibilities for both the contractor and the government, highlighting the importance of complying with security regulations and maintaining equipment in optimal condition. Services are to be performed at designated buildings during normal business hours. The document outlines exclusions related to damage due to misuse and establishes that any added equipment requires government approval, ensuring all maintenance adheres to best commercial practices. This agreement underscores the Army's commitment to maintaining critical laboratory equipment for mission success.
    The U.S. Army Contracting Command-Redstone has issued a Request for Information (RFI) regarding maintenance services for Liquid Scintillation Counters utilized by the U.S. Army Test, Measurement, and Diagnostic Equipment Activity (USATA). This RFI serves as a preliminary step aimed at gathering information and does not imply future procurement actions. Interested parties are encouraged to submit white papers outlining their capabilities by April 16, 2025. The maintenance agreement will cover specific government-owned TRI-CARB models to ensure optimal performance and protection. All responses must include essential company information and be limited to three pages. The RFI is categorized under the NAICS Code 811210 for Electronic and Precision Equipment Repair and Maintenance, with contract performance taking place at Redstone Arsenal, AL. Respondents are reminded that all submissions become government property and will not be returned, stressing the importance of clearly marking proprietary information. The RFI emphasizes market research before any potential contract, reflecting standard procedures in government contracting and procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    10 Month Extension for Contractor Logistics Support (CLS) services for COTS equipment sets for Defense, Chemical, Biological, Radiological and Nuclear (CBRN) Response Force (DCRF)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractor logistics support (CLS) services for Commercial-Off-The-Shelf (COTS) equipment sets utilized by the Defense Chemical, Biological, Radiological and Nuclear (CBRN) Response Force (DCRF). The procurement aims to provide sustainment support throughout the equipment's life cycle, as well as refresh and recertification services following a unit's relief from the DCRF mission, which is critical for maintaining operational readiness in various emergency response scenarios, including Urban Search and Rescue and Mass Casualty Decontamination. Interested contractors should note that the place of performance is in Huntsville, Alabama, and can reach out to primary contact Jordan D. Adaro at jordan.d.adaro.civ@army.mil or secondary contact Linda S. Ensminger at linda.s.ensminger.civ@army.mil for further details.
    Request for Information (RFI) - Agilent Services
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.
    Solicitation Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of an Integrated Immunoassay and Chemistry Analyzer, along with necessary reagents and consumables, for the Lyster Army Health Clinic located in Fort Rucker, Alabama. The contract will operate under a Cost-Per-Reportable-Result pricing model and requires the analyzer to perform a variety of assays, including Hemoglobin A1C and Alanine Aminotransferase, while ensuring compatibility with the DoD laboratory information system MHS Genesis. Proposals must be submitted by January 16, 2026, with all inquiries directed to the primary contact, MEDCOM, at karan.e.quiles.civ@health.mil, or the secondary contact, Fredicinda D. Jones, at fredicinda.d.jones.civ@health.mil. Interested vendors must also comply with stringent cybersecurity requirements as outlined by the Defense Health Agency, ensuring the protection of sensitive data throughout the contract lifecycle.
    Radiopharmaceutical Laboratory Services (RLS) MAMC
    Dept Of Defense
    The Department of Defense, specifically the Madigan Army Medical Center, is conducting market research to identify qualified vendors capable of providing comprehensive Radiopharmaceutical Laboratory Services (RLS). The procurement aims to ensure that vendors can meet stringent requirements, including compliance with FDA standards, The Joint Commission accreditation, and the ability to deliver a range of specified radiopharmaceuticals on a 24/7 basis, including urgent requests. These services are critical for supporting medical operations that rely on radiopharmaceuticals for diagnostics and treatment. Interested parties must submit their capability statements to Cindy Means and Scott Barr by December 19, 2025, at 4:00 PM Pacific Time, detailing their qualifications and ability to meet the outlined requirements.
    XRF Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Office of Naval Intelligence, intends to solicit a firm fixed-price contract for maintenance services related to Thermo-Scientific Portable Analytical Instruments Inc.'s Niton XRF equipment. The procurement aims to disable connectivity features such as Camera, Wi-Fi, Bluetooth, and GPS, along with factory calibration following the service completion, with the requirement set for fiscal year 2026. This specialized maintenance is critical for ensuring the operational integrity and security of the analytical instruments used in defense applications. Interested parties may direct inquiries to Doris Coleman at doris.m.coleman6.civ@us.navy.mil, with the understanding that this notice is for informational purposes only and does not constitute a request for competitive quotations.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Sole Source award of Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the Sole Source award of the Jordanian Analytical Laboratory System Equipment Sustainment Contractor Logistics Support (CLS). The procurement involves comprehensive services including maintenance and sustainment of laboratory equipment, calibration, software updates, and repair, alongside the provision of a Logistics Information System (LIS) that ensures total supply, service, and maintenance support. This initiative is crucial for maintaining the operational readiness and reliability of laboratory equipment in Jordan, ensuring effective performance in various analytical tasks. Interested parties can reach out to Brian Lauterbach-Hagan at brian.j.lauterbachhagan.civ@mail.mil or Linda S. Ensminger at linda.s.ensminger.civ@army.mil for further details regarding this opportunity.
    Calorimeter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Differential Scanning Calorimeter, brand name TA Instruments, part number 973800.904, to be delivered to the McAlester Army Ammunition Plant. The required equipment, which includes a Discovery DSC250 with an autosampler and MDSC, is essential for chemical analysis and research applications within military operations. This opportunity is set aside for small businesses under the SBA guidelines, and interested vendors should reach out to Treaver Price at treaver.price.civ@army.mil or 918-420-6009, or Molly Dunkin at molly.e.dunkin.civ@army.mil or 918-420-6477 for further details. The solicitation is part of a Combined Synopsis/Solicitation notice, and potential bidders should review the attached scope of requirements in PIEE for additional specifications.
    AB SCIEX MDQ PLus
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is planning to award a sole source firm fixed price contract for the maintenance of AB Sciex PACE MDQ Plus Capillary Systems. This contract will cover preventative and remedial maintenance, as well as software upgrades, to ensure compliance with the Quality Management System (QMS) requirements within the Biotechnology Core Facility Branch (BCFB). The anticipated period of performance for this contract is from January 17, 2026, to January 16, 2027, with the possibility of four additional one-year option periods. Interested vendors are encouraged to express their interest and capability by submitting proposals to the primary contact, Ronalda Ohio, at uex0@cdc.gov, by 5:00 PM (ET) on December 31, 2025.
    Agilent Crosslab Silver Preventative Maintenance agreement for the Agilent Gas Chromatography Mass Spectrometer (GC/MS) Triple Quad System
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration, is seeking to establish a preventative maintenance agreement for the Agilent Gas Chromatography Mass Spectrometer (GC/MS) Triple Quad System through the Agilent Crosslab Silver program. This contract aims to ensure the reliable operation and maintenance of critical laboratory equipment used in security screening and analysis. The maintenance services are vital for maintaining the accuracy and efficiency of the GC/MS system, which plays a crucial role in the agency's mission to enhance transportation security. Interested vendors can reach out to Gloria A Uria at gloria.uria@tsa.dhs.gov or Crystal Johnson at Crystal.Johnson2@tsa.dhs.gov for further details regarding this opportunity.