Thermo Fisher Scientific Niton XL5 Handheld X-Ray Fluorescence (XRF) Analyzer
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
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, 7:00 PM UTC
Description

The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), intends to award a sole-source contract to Thermo Fisher Scientific, Inc. for a one-year service plan for the Thermo Fisher Scientific Niton XL5 Handheld X-Ray Fluorescence (XRF) Analyzer. This contract will cover all Tier 1 and Tier 2 repairs, Tier 3 repairs at a discounted rate, and include a service loaner during repairs, along with full factory recalibration and certification within the service period. The XRF Analyzer is crucial for physical properties testing and inspection, ensuring compliance with operational standards. Interested parties must submit their capabilities documentation by April 17, 2025, at 12:00 PM PST, to James Kibbee at james.a.kibbee.civ@us.navy.mil, as responses will inform the government's decision on whether to conduct a competitive procurement.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 11:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract to provide calibration and repair services for the Thermo Fisher Scientific Niton XL5 Handheld XRF Analyzer at the Trident Refit Facility in Bangor. The contractor is responsible for all aspects of service, including personnel, equipment, and necessary materials, while the government retains no supervisory role over the contractor. Key objectives are to maintain the analyzer through factory recalibration, certification, and Tier 1 & 2 repairs for functionality. The performance period is one year, with quality assurance measures in place to monitor compliance with OEM standards. Work will be performed at the contractor’s facility in Tewksbury, Massachusetts. Deliverables include a calibration certificate and repair service report, to be provided within 30 days post-service. The document's structure includes sections on general information, definitions, government-furnished services, contractor responsibilities, and technical exhibits detailing service expectations and performance metrics. This PWS serves as a reference to ensure successful completion of the calibration services, aligning with federal contracting guidelines.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Bruker service maintenance - Bruker Scientific LLC.
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, is seeking to procure maintenance services for Bruker Scientific LLC equipment in support of the Naval History and Heritage Command (NHHC). The procurement involves maintenance for specific Bruker instruments, including the Alpha II FT-IR Spectrometer, Bravo Raman Spectrometer, and Lumos II FT-IR Standalone Microscope, which are critical for historical and heritage research. The solicitation, identified as RFQ N00189-25-Q-0235, will close on April 28, 2025, at 5:00 PM EST, and interested vendors must submit their quotes electronically via email and be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Ian Tupaz at ian.j.tupaz.civ@us.navy.mil or Cody Witz at cody.witz@navy.mil.
N66001-25-Q-6193: Notice of Intent to Sole Source Award to Berkely Nucleonics Corporation
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Berkeley Nucleonics Corporation for the procurement of 16 rugged gamma scintillation detectors manufactured by Scionix Holland B.V. These detectors, essential for analytical laboratory applications, feature a 51 x 102 x 152 mm Csl(Na) scintillation crystal, which is critical for various defense-related analytical tasks. Interested vendors capable of fulfilling this requirement are encouraged to submit their capability statements or inquiries via email to Contract Specialist Dane J. Black at dane.j.black.civ@us.navy.mil by April 29, 2025, at 12 PM Pacific Time. All responding vendors must be registered in the System for Award Management (SAM) to be considered.
RFI - Service for Nicolet is50 FTIR
Buyer not available
The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command - Soldier Center (DEVCOM-SC), is seeking potential sources for preventative and corrective maintenance services for the Thermo Fisher Nicolet is50 Fourier Transform Infrared Spectrophotometer. The procurement aims to identify vendors capable of providing on-site preventative maintenance and corrective repair services, which should include labor, travel, and parts for service, as well as access to virtual customer support for troubleshooting. This equipment is crucial for various scientific and analytical applications within the Army, emphasizing the need for reliable maintenance to ensure operational efficiency. Interested parties are invited to submit their responses electronically to the designated contacts by May 5, 2025, at 1700 EST, with no funding currently available and no contract being awarded from this announcement.
Portable Analytical Instruments Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Center of Excellence (MEDCoE), is seeking sources for a contract to provide extended warranty and maintenance support for Thermo Scientific's First Defender RMX and TruDefender systems. The primary objective of this procurement is to ensure operational readiness of laboratory analyzers used in training programs for military personnel, with the contract structured as a non-personal services agreement that includes a base year and an optional additional year of performance. This maintenance support is critical for the effective functioning of analytical equipment essential for military operations. Interested businesses are encouraged to respond to the Sources Sought Notice by May 6, 2025, and should direct inquiries to Tanisha Bush at tanisha.a.bush.civ@army.mil or Angelic Hatcher at angelic.m.hatcher.civ@mail.mil.
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.
66--instruments and laboratory equipment
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a LIQUID SCINTILLATION COUNTER (LSC) for Puget Sound Naval Shipyard, IMF and SWFPAC in Bremerton, WA. The LSC will be used for laboratory purposes in accordance with government specifications. The procurement is set aside for small businesses and requires FOB Destination pricing. Interested parties can submit quotes electronically through the NECO website. The solicitation is scheduled to be posted on 08/29/18 with a due response date of 08/07/18. For more information, contact Julio Hernandez at 360-476-4832 or julio.a.hernandez@navy.mil.
Xray System
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is soliciting quotes for the procurement of a HI-SCAN 6040C X-Ray Inspection System, with a firm fixed-price contract to be awarded based on the lowest price technically acceptable. The contract requires the contractor to provide all necessary engineering, labor, materials, and equipment for the installation of the new X-ray machine, which must meet specific technical specifications, including a 160kV generator and advanced imaging functions, while also ensuring compliance with local, state, and federal regulations. This procurement is critical for maintaining operational efficiency and safety standards within the facility, emphasizing the importance of timely installation and ongoing maintenance, including a five-year warranty and annual checks. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Deborah Sharpe or Steph Gray via their provided email addresses, with the solicitation effective from April 25, 2025, and delivery required by May 2, 2025.
66--DETECTOR ASSEMBLY,F, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure eight units of the Detector Assembly, F, for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract repair from alternative sources, making it uneconomical to reverse engineer the part. Interested parties are encouraged to express their interest and capability to meet the requirement, with proposals due within 45 days of this notice. For further inquiries, potential bidders can contact Leigh E. Catchings at (717) 605-2864 or via email at Leigh.E.Catchings.CIV@us.navy.mil.
66--FIELD FOX 50GHZ
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of the FIELD FOX 50GHz, a specialized electrical and electronic properties measuring and testing instrument. The contract will require the manufacture and quality assurance of these instruments, which are critical for various defense applications, including electronic warfare and radar testing. Interested vendors must ensure compliance with specific design and quality standards, including the provision of authorized distributor documentation if applicable. For inquiries, potential bidders can contact James E. Lewis at 717-605-7403 or via email at JAMES.E.LEWIS5@NAVY.MIL. The solicitation details and requirements are outlined in the contract documents, and interested parties should respond promptly to meet the procurement timeline.
SOLE SOURCE – EVALUATION / REPAIR / CALIBRATION OF KEYSIGHT TECHNOLOGIES INC.EQUIPMENT
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole source contractor for the evaluation, repair, and calibration of specific equipment manufactured by Keysight Technologies, Inc. This procurement includes the AGILENT PSG Analog Signal Generator, Digital Storage Oscilloscope, and HP Spectrum Analyzer, all of which must adhere to the original manufacturer's specifications due to proprietary constraints. The contract emphasizes the necessity of using the OEM for these services, as Keysight Technologies is the only source capable of providing the required expertise and technical data for calibration and repair. Interested vendors must submit their capability statements by April 30, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Mark Swartzentruber at mark.r.swartzentruber.civ@us.navy.mil.