Telemax Robot Repairs
ID: W50S8F24QA018Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NP USPFO ACTIVITY NJANG 177EGG HARBOR TOWNSHIP, NJ, 08234-9500, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)

Set Aside

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

    The Department of Defense intends to award a sole-source contract to Aero Vironment Inc. for repairs of the Telemax Telerob EOD Robot. The company is the exclusive provider of these robots and associated services in the US.

    This special notice is not a request for proposals. The government retains the discretion to determine whether to compete the contract based on responses received. If you wish to demonstrate your ability to meet the robot repair requirements, you must contact Johanna Paz by email before 11:00 AM EST on 02 August 2024. All responses must be clearly marked with the solicitation number W50S8F24QA018.

    Aero Vironment Inc. has the necessary technical capabilities and proprietary knowledge to provide the required services. The government's intention to award them the contract is justified due to the specialized nature of the equipment and the company's unique ability to fulfill the requirements.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Telemax Robot Repairs
    Currently viewing
    Special Notice
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.
    Repair of 7R5999014830657
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a specific antenna (NSN: 7R5999014830657) from Triman Industries Inc. This sole source requirement involves the repair of an aircraft antenna, which is critical for operational capabilities. The procurement process will follow FAR Part 15, and interested parties must submit their capabilities and qualifications to the primary contact, Helen I. Carmelo, via email at helen.i.carmelo.civ@us.navy.mil, within 15 days of this notice. The anticipated award date for this contract is November 2024, and it is important to note that this procurement is not a Total Small Business Set-Aside.
    Notice of Intent to Sole Source to SPI Borescopes, LLC.
    Active
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to SPI Borescopes, LLC for the procurement of two Recon Pro Model 3915 Systems, which include all interchangeable probes. This specialized equipment is essential for inspection purposes, requiring high image quality, articulation capabilities, and low-heat illumination to ensure the safety of sensitive equipment. The DTRA has confirmed that SPI Borescopes is the only vendor that meets these critical specifications following extensive market research, which included outreach to multiple companies. Interested parties can direct inquiries to Jocelyn M. Fritz at jocelyn.m.fritz.civ@mail.mil or Eric M. Rode at dtra.belvoir.J4-8C.mbx.J0XS-Support-Services@mail.mil. This procurement is categorized under a Total Small Business Set-Aside, and further details can be found in the attached Justification and Approval document.
    IVER AUTONOMOUS UNDERWATER VEHICLE MATERIALS AND MAINTENANCE SERVICE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract for IVER Autonomous Underwater Vehicle (AUV) materials and maintenance services to L3Harris. The objective of this procurement is to sustain a fully operational inventory of IVER AUVs, which are critical for conducting surveys that support intelligence preparation and provide tailored meteorology and oceanography forecasts for operational mission planning. The anticipated award date for this contract is on or before September 5, 2024, and interested parties must submit their capability statements by 8:00 AM Pacific Standard Time on that date to Charles E. Bruce at charles.e.bruce2.civ@us.navy.mil, as no competitive proposals will be accepted.
    Notice of Intent to Sole Source to Dynamic Sealing Technologies Inc for the purchase of High Pressure Pneumatic Rotary Unions
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to sole source a contract to Dynamic Sealing Technologies Inc. for the procurement of three custom-made High Pressure Pneumatic Rotary Unions. These rotary unions are critical for testing operations at Arnold Air Force Base and must meet stringent specifications, including compliance with ASME standards, precise dimensional tolerances, and rigorous testing requirements to ensure reliability under high-pressure conditions. The contract is expected to be awarded by September 26, 2024, with interested vendors encouraged to submit business concepts by September 9, 2024, to the designated contracting officials, Noah Bean and Greggory Jones, via their respective emails.
    Notice of Intent to Sole Source -PHOENIX LIDAR SYSTEMS LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Phoenix Lidar Systems LLC for the procurement of a miniRANGER-3 LITE system, complete with software and accessories, for the 802 Civil Engineering Squadron. This specialized equipment is crucial for search, detection, navigation, and guidance applications, particularly in unmanned aircraft operations. The government is soliciting interest from other potential suppliers, but market research indicates that Phoenix Lidar Systems LLC is the only qualified source capable of fulfilling the requirements. Interested parties may submit their quotes by September 11, 2024, at 12:00 PM CST, and should direct inquiries to Bismark Badu at bismark.badu.3@us.af.mil or call 210-671-1727.
    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.
    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 Intent to Sole Source: REAL and RUSB System
    Active
    Dept Of Defense
    The Department of Defense, specifically the 19th Contracting Squadron at Little Rock Air Force Base in Arkansas, intends to award a sole-source contract to QRDC, Inc. for the acquisition of a REAL M12 - 12" Reusable Energy Absorbing Layer Module and a Reusable Universal Skid Board. These items are critical for enhancing safety and operational efficiency in military applications, particularly in aircraft operations. Interested parties are invited to submit a capability statement, proposal, or quotation by September 20, 2024, at 4:00 PM CST, with all submissions directed to Lt. Ethan Lenoir at ethan.lenoir.1@us.af.mil. Oral communications will not be accepted, and the contract will be awarded without further notice if no competitive responses are received.
    Sole Source Notification - Repair of SDV MK8 Motor/Control
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Panama City Division, is seeking to award a sole source contract for the repair of SDV MK8 motor/controllers to Motion Control Systems. The procurement involves the repair of two specific units, with a total contract value not exceeding $250,000, as these motor/controllers were custom manufactured and no other suppliers can meet the unique requirements without incurring prohibitive costs and delays. This contract is critical for maintaining operational capabilities of the SDV MK8 systems. Interested vendors must submit their quotes, including supporting documentation, to Hudson Sim via email by the specified deadline, ensuring compliance with all outlined requirements.