Mobile Chemical Agent Detector (MCAD) Systems Maintenance & Support Services contract
ID: N0017426SN0067Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Engineering Services (541330)

PSC

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking to award a Firm-Fixed Price contract for the maintenance and support services of Mobile Chemical Agent Detector (MCAD) systems. The contractor will be responsible for troubleshooting, repair, and testing of MCAD equipment, including technical support, software installation, periodic system checks, and sensor upgrades, ensuring the operational readiness of the equipment. This contract is being pursued on a sole source basis with MESH, Inc., the original equipment manufacturer, due to the proprietary nature of the technology involved. Interested parties must submit their responses by December 30, 2025, at 4:00 PM to the designated contacts, Jessica Quell and Devon Gormley, via the provided email addresses.

    Files
    No associated files provided.
    Similar Opportunities
    Detector Kit, Chemical
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of 22 units of a Chemical Detector Kit (NSN: 6665-01-706-8739) with an option for an additional 22 units. This firm-fixed price contract requires that the kits conform to specific government drawings and standards, with inspection and acceptance occurring at the origin, necessitating coordination with the Defense Contract Management Agency (DCMA). Proposals must be submitted via email to the primary contact, Patricia M. Roussin, by December 15, 2025, at 11:59 PM EST, and a Technical Data Package is available for interested parties who meet the necessary access requirements.
    Material Condition Assessment of one MK75 Gun Tube (FMS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the material condition assessment of one MK75 Gun Tube. The selected vendor, TechMetals, will be responsible for the open inspection and repair of the MK75 Barrel Tube, as they are the only known source capable of fulfilling the government's requirements. This procurement is critical for maintaining the operational readiness and safety of naval equipment. Interested parties must submit their capabilities by December 18, 2026, at 10 AM (EST) to Jimmy Ludwick via email at james.e.ludwick2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Rapid Screening Device
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for a Rapid Screening Device (RSD) to Thermal Hazard Technology Inc. This procurement aims to secure a unique instrument that assesses explosives by simultaneously measuring pressure and energy release while collecting product gases, addressing issues related to sample homogeneity. The contract will be a firm fixed price, and interested parties must submit their capabilities by May 17, 2025, at 3 PM EST to Sharon Cooper at sharon.cooper@navy.mil. Vendors must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    MK59 MLCP and LCP Spare Parts and Repairs
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is conducting market research for vendors capable of providing support for the MK59 Decoy Launching System (DLS) on U.S. Navy ships, specifically focusing on the procurement of MK 244 Master Launcher Control Panel (MLCP) and Local Control Panel (LCP) components, along with associated repairs and engineering services. These components are critical for the MK 59 DLS, which serves as a protective measure against Anti-Ship Missiles (ASMs) by deploying inflatable passive floating decoys. Interested parties are encouraged to submit their capabilities and relevant experience by December 30, 2025, to Eric Zipperle at eric.zipperle@navy.mil, as this notice is intended for planning purposes and does not constitute a formal solicitation.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    2-Nitrodiphenylamine (2-NDPA)
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a firm fixed price contract on a noncompetitive basis to InCon Industries, Inc. for the procurement of 2-Nitrodiphenylamine (2-NDPA). This procurement is justified under FAR 13.106 (b) as InCon Industries, Inc. is the only known source capable of fulfilling the government's requirements for this chemical. The contract will be negotiated using other than full and open competition procedures, emphasizing the critical nature of this chemical in defense applications. Interested parties must submit their capabilities and interests by December 22, 2025, at 10:00 AM EST, and should direct their responses to Erica Sites via email, ensuring they are registered in the System for Award Management (SAM).
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.
    CNSL MHE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Fleet Logistics Center Norfolk, is seeking information from qualified contractors for maintenance and overhaul services related to Shipboard Material Handling Equipment (MHE) and Shipboard Mobile Support Equipment (SMSE). The procurement aims to secure comprehensive administrative support and maintenance services, including preventative and unscheduled maintenance, weight testing, and technical troubleshooting, for various naval vessels both within the continental United States (CONUS) and outside (OCONUS). This contract is crucial for ensuring the operational readiness and safety of naval equipment, with a projected performance period of five years, starting from August 30, 2026, and extending potentially for an additional six months. Interested parties must submit their Statements of Capabilities by 10:00 AM Norfolk, VA local time on December 22, 2025, to the designated contacts, Daniel Petro and Christopher Whiteside, via the provided email addresses.
    Chemical Biological Mask Equipment Tester (CBMET) Modernization Effort
    Dept Of Defense
    The Department of Defense, specifically the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO-CBRND), is soliciting pre-proposals for the modernization of the Chemical Biological Mask Equipment Tester (CBMET) portfolio. The objective is to develop a consolidated testing solution that assesses mask fit and serviceability for current and future CBRN protective masks, addressing issues of obsolescence and material shortages. This initiative is critical for enhancing military personnel's mission effectiveness and defense capabilities against Weapons of Mass Destruction (WMD). Interested parties must submit their pre-proposals electronically to the designated contacts by 5:00 PM EST on December 22, 2025, with further inquiries directed to the provided email addresses.