intent to sole source NEC 5SDH Accelerator maintenance
ID: W911SD24QType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-WEST POINTWEST POINT, NY, 10996-1514, 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 West Point branch of the Army's MICC-WEST POINT office, intends to sole source a contract for NEC 5SDH Accelerator maintenance. This notice is a special announcement indicating the army's plan for the maintenance work ahead of time.

    The scope of work involves on-site preventative maintenance and the replacement of specified parts as needed. This includes inspecting the ion source and the Pelletron accelerator and replacing items such as RF quartz bottles, canals, and insulators. The work is required to be performed in West Point, New York.

    The army seeks a company with the expertise and qualifications to provide the mentioned maintenance services. Experience in the electronic and precision equipment repair and maintenance industry is crucial. Companies that can deliver the required services with a high level of precision and quality are eligible for this opportunity.

    This contract is expected to be a firm-fixed-price type, and the estimated funding available for this project is between $100,000 and $250,000.

    Interested vendors must submit their applications by the deadline indicated in the original notice. To submit a bid, potential contractors should reach out to the primary contact, Shawn Valastro, via email at shawn.m.valastro.civ@army.mil, or phone at 845-938-5858.

    The army will evaluate applications based on the vendor's ability to meet the required qualifications and the price reasonableness of their proposal.

    For any questions or further information, vendors can contact Shawn Valastro using the details provided above.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Servicing and Preventative Maintenance for Radio Frequency Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's W6QK ACC-APG Adelphi office, is seeking vendors for servicing and preventative maintenance of three radio frequency doors located at the DEVCOM Analysis Center in White Sands Missile Range, New Mexico. The procurement aims to ensure that the RF doors maintain a minimum of 100 decibels (dB) isolation up to 18 GHz through annual maintenance visits by qualified contractors, who will provide necessary labor, tools, and replacement parts while adhering to Original Equipment Manufacturer (OEM) specifications. This maintenance is critical for the operational integrity of the Electromagnetic Vulnerability Assessment Facility, safeguarding sensitive information and operations. Interested parties must respond to the Sources Sought notice within five business days, providing details on their capabilities and past performance, and can contact Shanna Dellinger at shanna.dellinger.civ@army.mil or Robert A. Edwards at robert.a.edwards147.civ@mail.mil for further information.
    QUATTRO ESEM SERVICE MAINTENANCE PACKAGE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for a one-year service maintenance package for the Quattro Environmental Scanning Electron Microscope to FEI Company. This procurement is critical for maintaining the operational integrity of the specialized equipment used in advanced research and development activities. The contract will be executed under Simplified Acquisition Procedures, with a focus on ensuring that the necessary maintenance services are provided efficiently and effectively. Interested parties have 15 calendar days from the publication of this notice to express their interest and capability, with inquiries directed to Richard Key at richard.a.key2.civ@us.navy.mil.
    Notice of Sole Source Intent
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Yuma Proving Ground, Arizona, intends to award a sole source contract to Revvity Health Sciences, Inc. for the maintenance and repair of specialized laboratory equipment. The contract will cover the JANUS G3 Standard and Tri-Carb TR4910 Liquid Scintillation Counter, both of which require proprietary parts and trained technicians for servicing, as Revvity does not permit third-party repairs. The anticipated period of performance for this firm-fixed price contract is from September 17, 2024, to September 16, 2029. Interested firms must demonstrate their technical capabilities by September 9, 2024, and direct inquiries to Damon McLaughlin at damon.j.mclaughlin.civ@army.mil or by phone at 928-328-6285.
    Solicitation for the Repair of Electron Tube, Simplified Drive (SDR) Tube
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS)- Mechanicsburg, is seeking a contractor for the repair of a specific type of electron tube, the NSN: 7HH5960-01-499-7172, also known as the Simplified Drive (SDR) Tube. This is a crucial component in need of regular maintenance and repair to ensure the reliability of certain weapon systems. The scope of work for this opportunity involves the awardee repairing a total of 125 units of this electron tube over a five-year period. The contractor will be expected to provide all necessary services and resources for a successful repair process, including any required testing and certification. To be eligible for this contract, applicants should possess a strong background in electronic component manufacturing and repair, with specific experience in the repair of vacuum tubes. The Navy is seeking a partner with a proven track record of high-quality repairs and the capacity to handle the required volume of work. This opportunity is open to all qualified businesses, and there is no set-aside described in the solicitation. The contract will likely be awarded based on a combination of factors, including price, past performance, and technical capability. Interested parties should submit their applications by the given deadline, providing detailed information on their company's qualifications and experience. The expected funding for this federal contract is estimated at $6.7 million, with a potential additional $3.3 million in option years. The contract type is expected to be a Firm-Fixed-Price (FFP) arrangement. All applications must be submitted before the deadline stated in the solicitation. Applications should be comprehensive and clearly demonstrate the applicant's ability to meet the Navy's requirements. For any further clarification or questions, interested parties can contact Lance Geesey at lance.geesey1@navy.mil or via phone at 717-605-1313.
    Cabinet X-Ray Security System Maintenance, Repair, and Training Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for maintenance, repair, and training services for cabinet X-ray security systems at multiple Military Entrance Processing Stations (MEPS). The contract, designated as a total small business set-aside, aims to ensure operational reliability and safety compliance of these critical security systems, which are essential for screening personal items entering military facilities. Interested contractors must submit their quotes by 11:00 AM on September 11, 2024, in accordance with the provided solicitation documents, and are encouraged to contact Adam Buchert or John Haarala for further inquiries regarding the procurement process.
    West Point Military Academy, NY, Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is seeking qualified contractors for the West Point Military Academy, NY, Multiple Award Task Order Contract (MATOC). This procurement aims to establish an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide a wide range of maintenance, repair, and minor new construction services, as well as design-bid-build projects, to support the Directorate of Public Works at the U.S. Military Academy and the Steward Army Sub Post in New Windsor, NY. The contract is particularly significant for ensuring the upkeep and enhancement of military facilities, which are vital for operational readiness. Interested contractors should note that the proposal due date has been extended to October 1, 2024, at 12:00 PM EDT, and may direct inquiries to Danielle Beavers-Rose at danielle.beavers-rose.civ@army.mil or by phone at 757-501-8331.
    Maintenance and Repair of Manufacturing Equipment and Systems used in Explosive and Non-Explosive Operational Environments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments under solicitation number W519TC-24-Q-MESS. The procurement aims to ensure the operational readiness and safety of various machinery, including lathes, CNC machines, and specialized equipment, through a structured maintenance program that includes emergency repairs and scheduled preventive maintenance. This contract will be awarded as a Firm Fixed Price arrangement with a cost-reimbursable line for required repairs, emphasizing the importance of compliance with federal standards and safety protocols. Interested parties must submit their proposals by September 18, 2024, and direct any inquiries to Contract Specialist Dora Smith at dora.d.smith5.civ@army.mil or Contracting Officer Bryce Willett at bryce.t.willett.civ@army.mil.
    Varian True Beam Linear Accelerator Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office 20 (NCO 20), intends to negotiate a sole source contract with Varian Medical Systems for the maintenance and servicing of TrueBeam Linear Accelerators owned by the VA. The procurement aims to secure essential software updates, authorized equipment components, and repair services that are exclusive to Varian, ensuring the continued functionality of critical medical equipment used in veteran healthcare. Interested parties are invited to submit capability statements demonstrating their ability to provide equivalent services, with responses due by 2:00 PM PST on September 10, 2024. All submissions must be emailed to Krystal K Weeks at krystal.weeks@va.gov, as the government retains the discretion not to compete based on the responses received.
    EADS Denial Barrier Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide maintenance services for the EADS Active Barrier Gate System located at the Eastern Air Defense Sector in Rome, New York. The procurement involves a combined synopsis/solicitation for both quarterly and yearly maintenance over a base year plus four option years, ensuring the proper functioning of safety detection equipment and compliance with rigorous quality control standards. This maintenance is crucial for the operational integrity of security systems at the facility, which plays a vital role in national defense. Interested contractors must submit their quotes by September 12, 2024, at 2:00 PM Eastern, and can direct inquiries to Briana McCaffery at briana.mccaffery@us.af.mil or Richard M. Peirson at richard.peirson@us.af.mil.
    Sole Source to Mirion Technologies/ Canberra Preventative Maintenance and Repair of FASTSCAN Whole Body Counter System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to award a sole-source contract to Mirion Technologies/Canberra for the preventative maintenance and repair of the FASTSCAN Whole Body Counter System at the Portsmouth Naval Shipyard in Kittery, Maine. This contract, valued at approximately $425,895, is essential for maintaining critical radiological counting equipment that ensures compliance with health and environmental standards vital for Navy operations. Due to the proprietary nature of the equipment, third-party maintenance is not feasible, and switching vendors would pose significant risks to operational continuity and regulatory compliance. Interested parties can contact Gary W. Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-438-3091 for further details.