MSD QuikPlex PM
ID: N0017825Q6735Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC DAHLGRENDAHLGREN, VA, 22448-5154, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
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 15, 2025, 4:00 PM UTC
Description

The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for a service plan for the MESO QuickPlex SQ 120 System, as outlined in Combined Synopsis/Solicitation N0017825Q6735. The procurement aims to secure a Total Service Package that includes pre-contract inspection, maintenance, technical support, and necessary software or hardware upgrades for the instrumentation over a 12-month period, with an option for an additional year based on performance. This service is critical for ensuring the operational readiness and quality assurance of the equipment used in defense applications. Interested contractors must submit their quotations by April 15, 2025, with an anticipated award date by May 15, 2025. For further inquiries, contact Jessica Gallagher at jessica.b.gallagher2.civ@us.navy.mil or by phone at 540-742-4098.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 9:05 PM UTC
This file outlines the contract terms for a federal project, specifying a base year and an option year for service. The base year is designated from May 1, 2025, to April 30, 2026, followed by an option year from May 1, 2026, to April 30, 2027. This structure suggests a commitment to provide services for at least one additional year based on the performance in the initial period. Such details are commonly included in federal requests for proposals (RFPs) and grants, indicating the timeline for service delivery and potential extensions. The contract's design emphasizes the importance of planning and ensures continuity of service, reflecting the government’s methodical approach to project management in public service contracts. Overall, the document conveys essential scheduling information crucial for contractors and stakeholders involved in the bidding and implementation process.
Apr 10, 2025, 9:05 PM UTC
The document is a Request for Quotation (RFQ) from the Naval Surface Warfare Center, Dahlgren Division, seeking a service plan for the MESO QuickPlex SQ 120MM System. This RFQ outlines specific procurement requirements for pre-contract inspection, total service packages, technical support, maintenance, and any necessary software or hardware upgrades for the instrumentation. The contractor must provide support and on-site training for the system over a 12-month period, with a possible extension for another year. The RFQ stipulates that the contractor will need to manage travel for personnel, coordinate with a designated technical point of contact, and deliver detailed reports on preventive maintenance and calibration. Additionally, all contract terms and federal acquisition regulations are detailed, including conditions for invoicing and payment using the Wide Area Workflow (WAWF) system. This document serves as a formal request for quotations for a key equipment service, contributing to the government’s mission in quality assurance and operational readiness.
Lifecycle
Title
Type
MSD QuikPlex PM
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
58--MECH SUB-ASSY STBD, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the MECH SUB-ASSY STBD, with a focus on two units requiring repair and eight units needing both repair and upgrade. This procurement is critical for maintaining operational readiness, as the items are essential components in naval operations, and the government emphasizes a rapid turnaround time of 90 days post-receipt of assets. Interested contractors must adhere to strict requirements, including compliance with MIL-STD packaging and the submission of detailed quotes, with the solicitation period extended through June 6, 2025. For further inquiries, potential bidders can contact Randy Stoker at 717-605-4682 or via email at RANDY.STOKER1@NAVY.MIL.
GENERATOR,TIME CODE
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of the Generator, Time Code, under a firm-fixed price contract. The procurement aims to ensure the operational readiness of this critical time-measuring instrument, which plays a vital role in various defense applications. Interested contractors must adhere to specific requirements, including a Repair Turnaround Time (RTAT) of 366 days and compliance with quality assurance standards, while providing detailed pricing and capacity constraints in their submissions. Quotes are due by May 5, 2025, and should be directed to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL or by phone at 717-605-2462.
TMDE Preventative Maintenance
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a contract focused on the preventative maintenance of Test Measurement and Diagnostic Equipment (TMDE) at the Walter Reed National Military Medical Center in Bethesda, Maryland. The contract will encompass comprehensive services including onsite preventive maintenance, calibration, repair services, and user training for 427 specified pieces of multi-vendor equipment, essential for maintaining operational integrity in military healthcare delivery. The performance period is set to commence on May 1, 2025, with options to extend through 2030, and proposals must be submitted by 9:00 AM on April 23, 2025. Interested vendors can direct inquiries to Pamela Renteria at pamela.i.renteria.civ@health.mil or Edgar DuChemin at edgar.r.duchemin.civ@health.mil.
Rohde & Schwarz Signal and Spectrum Analyzer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes for the procurement of a Rohde & Schwarz Signal and Spectrum Analyzer, along with associated software and warranty items, under a firm fixed price contract. This procurement is set aside for small businesses and aims to enhance the Center's capabilities for testing the SARTS IV onboard tracking system, necessitating a specific brand due to its unique features and proprietary rights. Interested vendors must submit their price quotes and required documentation by 10:00 AM on April 25, 2025, with delivery expected by May 2, 2025, to the NSWCCD facility in Bethesda, Maryland. For further inquiries, potential bidders can contact Kylie Cox at kylie.cox3.civ@us.navy.mil.
BRAND NAME – Keysight Equipment
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure specific Keysight equipment under solicitation number N00164-25-Q-0588. The procurement includes various models of Keysight products, such as multifunction switches and calibration units, with a total quantity of 22 items required. This sole source procurement emphasizes Keysight Technologies as the exclusive supplier, aligning with federal regulations that promote small and women-owned businesses in government contracting. Interested vendors must submit their offers via email to Trista Ray by April 22, 2025, at 4:00 PM Eastern Time, and ensure compliance with the Trade Agreements Act (TAA) and registration in the System for Award Management (SAM).
Equipment Maintenance, and Repair Services for Quantulus Liquid Scintillation Counters & Nucleic Acid Processor
Buyer not available
The Department of Defense, through the Army Medical Research Acquisition Activity, is seeking to procure equipment maintenance and repair services for Quantulus Liquid Scintillation Counters and Nucleic Acid Processors on a sole source basis with Revvity, Incorporated. The contract will cover annual preventive maintenance, repair services, parts replacement, and one emergency visit per year for specific models of PerkinElmer Quantulus GCT and Chemagic Nucleic Acid Processors, with a term of one base year and four option years. This maintenance is crucial for ensuring the operational efficiency of laboratory equipment used in health care administration and public health research. Interested parties must submit a capabilities statement by April 21, 2025, at 12:00 PM EST, to Monica Perez at monica.c.perez3.civ@health.mil, detailing their qualifications and ability to meet the specified requirements.
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.
Portable Range Emitter Monitoring System
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for a Portable Range Emitter Monitoring System to enhance its operational capabilities. The procurement includes a primary receiver for frequency range analysis from 1 MHz to 7 GHz, along with a direction-finding handheld antenna system that integrates GNSS and analysis software, as well as warranty services and on-site training for personnel. This equipment is critical for ensuring effective monitoring and analysis of electronic signals, which is vital for defense operations. Interested vendors must submit their quotations electronically by the specified deadline, and all proposals must comply with the requirements outlined in the solicitation. For further inquiries, contact Remy Oshiro at remy.s.oshiro.civ@us.navy.mil or call 951-393-5689.
Letterkenny Munitions Center, Off-site repairs to Rhode & Schwarz, Fluke, PXIE -5172, Tektronix oscilloscope,
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for off-site repair services for various oscilloscope equipment, including models from Rhode & Schwarz, Fluke, and Tektronix, at the Letterkenny Munitions Center in Chambersburg, Pennsylvania. The procurement aims to ensure the calibration and maintenance of critical instruments used for measuring and testing electrical signals, which are essential for operational efficiency within military operations. This opportunity is set aside for small businesses, particularly those that are service-disabled veteran-owned, with proposals due by 1:00 PM on April 18, 2025. Interested offerors can direct inquiries to David T. Serotkin at david.t.serotkin.civ@army.mil or by phone at 717-267-5372 for further details regarding the solicitation process and requirements.
Schwarzbeck LISN
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Schwarzbeck LISN electrical and electronic property measuring instruments. This solicitation, identified as N0017825Q6757, requires specific hardware components, including V-LISN units and calibration services, emphasizing the need for authorized resellers to provide authentic new OEM hardware compliant with the Trade Agreements Act (TAA). The procurement is critical for compliance testing and measurement systems essential to government operations, ensuring reliability and adherence to regulatory standards. Interested vendors must submit their quotes by April 24, 2025, and direct any inquiries to Heather Wiley at heather.wiley@navy.mil or by phone at 540-742-8742.