Intent to Sole Source - Aqua-Glo Kit Service and Repair
ID: W911RZ24Q0033Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT CARSONFORT CARSON, CO, 80913-5198, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, intends to award a sole source firm fixed-price contract for the service and repair of Aqua-Glo Kits to Gammon Technical Products Inc. This procurement is being conducted under Simplified Acquisition Procedures, and the government seeks to ensure that competition would be advantageous; however, no solicitation will be issued unless clear evidence of interest is presented. The Aqua-Glo Kits are critical for measuring, displaying, and controlling industrial process variables, highlighting their importance in maintaining operational efficiency. Interested parties must submit their responses by September 19, 2024, to Matthew Cardenas or Julia Gomez via the provided email addresses, as oral communications will not be accepted.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure maintenance, repair, and upgrade services for Government Furnished Equipment (GFE), specifically the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement is planned as a non-commercial Cost-Plus-Fixed-Fee (CPFF) Level of Effort (LOE) job order contract under Basic Order Agreement (BOA) N0016424RWP16, with one base year and four option years, utilizing US Navy funds. This contract is critical for ensuring the operational readiness and performance of essential military equipment, with an estimated maximum value of $500,000. Interested parties may submit capability statements for consideration, but the contract is intended to be sole sourced to Communications & Power Industries LLC, with a closing date for submissions set for October 2, 2024, at 4:00 PM EST. For further inquiries, contact Kori Koss at kori.l.koss.civ@us.navy.mil or Seth Taylor at seth.t.taylor.civ@us.navy.mil.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    MODULATOR,SONAR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting offers for the repair of existing sonar modulators. This procurement focuses exclusively on the repair of current units, with no consideration for new, used, or refurbished units, and requires vendors to demonstrate access to necessary repair data not typically owned by the government. The sonar modulators are critical components used in underwater sound equipment, emphasizing the importance of maintaining operational readiness for naval operations. Interested vendors must submit their offers, including a statement of data access and compliance with various quality and packaging standards, by the specified deadline, and can direct inquiries to Gordon Kohl at 717-605-3629 or via email at gordon.kohl@navy.mil.
    Sole Source Notice of Intent- Valve Maintenance Trailer
    Active
    General Services Administration
    The General Services Administration (GSA) intends to solicit and negotiate a sole source contract for a Valve Maintenance Trailer, specifically the Standard LX (Gas) – VMT (RH), from Illinois Tool Works, Inc. This procurement is essential for the U.S. Army Corps of Engineers (USACE) Washington Aqueduct, as the trailer is critical for maintaining valves that ensure the public has access to clean drinking water. The contract is being pursued under a non-competitive action due to the unique capabilities of the specified equipment, which is vital for USACE's mission. Interested parties can reach out to Contract Specialist Mutiba Raza at mutiba.raza@gsa.gov or by phone at 415-244-9562 for further details.
    GILAir Air Sampling Pump Service
    Active
    Dept Of Defense
    The U.S. Army Special Operations Command, part of the Department of Defense, intends to negotiate a sole-source contract with Sensidyne, LP for the service and maintenance of ten GilAir Plus air sampling pumps. The procurement includes essential services such as calibration, software updates, and battery replacements, as Sensidyne is the only authorized service provider for these specific pumps. These air sampling pumps are critical for ensuring safety and compliance in various operational environments, highlighting the importance of reliable maintenance support. Interested organizations may submit their capabilities and qualifications for future acquisitions to Jason San Juan at jason.g.sanjuan.civ@socom.mil and Sandra Bramble at sandra.g.bramble@socom.mil, with the contract anticipated to be awarded under the authority of FAR 6.302-1.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    Notice of Intent to Sole Source for Nuclear Magnetic Resonance System Maintenance & Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the maintenance and repair of Bruker Biospin Analytical Systems and Parts. This procurement is essential for ensuring the operational efficiency of the Edgewood Combat Capabilities Development Command Chemical Biological Center, which relies on these specialized systems for its analytical capabilities. The Government plans to award a Firm-Fixed Price contract to Bruker Biospin Corp, with a response deadline for interested parties set for 8:00 am EST on September 20, 2024. For inquiries, contact Julius Wood at julius.a.wood.civ@army.mil.
    FMS Case KV-B-UBQ NVDs & Spares
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command at Aberdeen Proving Ground, is soliciting bids for the procurement of Night Vision Devices (NVDs) and spare parts under the Foreign Military Sales (FMS) Case KV-B-UBQ for Kosovo. This firm fixed-price contract aims to fulfill urgent requirements for 1,000 NVDs and associated spare parts, emphasizing compliance with military standards for quality assurance, packaging, and shipping. The procurement is critical for enhancing military capabilities and ensuring operational readiness, with proposals evaluated based on the Lowest Priced Technically Acceptable (LPTA) method. Interested vendors must submit their proposals by September 26, 2024, and direct any inquiries to Emanuel Green or Aqua M. Jefferson via their provided email addresses.
    16--AGA:ANTENNA GRP ASS, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of the AGA: Antenna Group Assembly, NSN: 016503577, with a quantity of one unit. The procurement requires the contractor to perform comprehensive repairs, testing, and inspections to return the item to a Ready for Issue (RFI) condition, adhering to strict quality and compliance standards. This assembly is critical for operational readiness in military applications, emphasizing the importance of maintaining high-quality standards in defense equipment. Interested contractors must submit their quotes via email to Christopher Campello by the specified due date, and all proposals must comply with the requirements outlined in the solicitation, including government source approval for the items being repaired.
    16--AGA:ANTENNA GRP ASS, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of the AGA: Antenna Group Assembly, NSN: 016503577, with a quantity of one unit. The procurement requires the contractor to perform comprehensive repairs, testing, and inspections to return the item to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. This assembly is critical for operational readiness in military applications, emphasizing the importance of timely and quality repairs. Interested contractors must submit their quotes via email to Christopher Campello by the specified due date, and must comply with government source approval requirements prior to award.