Notice of Intent to Sole Source - Advanced Measurement Technology Inc.
ID: N66001-24-Q-6279Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

ELECTRICAL/ELECTRONIC EQPT COMPNTS (59)
Timeline
    Description

    Notice of Intent to Sole Source - Advanced Measurement Technology Inc.

    The Department of Defense, specifically the Department of the Navy's NIWC Pacific, intends to make a sole source award to Advanced Measurement Technology Inc. (AMETEK ORTEC) for the procurement of various assets. AMETEK ORTEC is located at 801 S Illinois AVE Oak Ridge, Tennessee 37830-91015, United States.

    The assets being procured include:

    • Item 0001: Gamma and Neutron Identifier up to 8MeV (QTY: 41)
    • Item 0002: Lithium-Ion Battery (QTY: 41)
    • Item 0003: Dual Battery charger and calibrator (QTY: 41)

    These assets must meet specific specification and capability requirements, such as having high purity Germanium efficiency, being able to connect to Android Tactical Assault Kit (ATAK), and having a minimum 8-hour battery life under normal operation. The total weight of the detector should be less than 20 lbs.

    This procurement falls under the category of Other Measuring and Controlling Device Manufacturing (NAICS Code: 334519). The proposed contract action is for commercial supplies, and the Government intends to negotiate with only one source. Interested parties may express their interest and capabilities, but the Government has the discretion to determine whether to compete the proposed contract based on the responses received.

    Any capability statements, comments, questions, or concerns regarding this notice should be submitted via email to Jeremy Clay at Jeremy.M.Clay2.civ@us.navy.mil by 11:00 AM PT, Friday, 02 August 2024.

    All vendors interested in responding to this notice must be registered with the System for Award Management (SAM). Complete SAM registration includes a registered CAGE and UEID numbers.

    Please note that this notice is anticipatory in nature and is not binding.

    Point(s) of Contact
    Jeremy ClayContract Specialist
    (619) 553-7502
    jeremy.m.clay2.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Intent to Sole Source CT-40 Purchase to CSECO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, intends to award a sole source contract for the purchase of two CT-40 Contraband Team Inspection Kits from CSECO. This procurement is essential for enhancing contraband detection capabilities, as the kits include specialized tools such as the K910G Density Meter and V20 Videoscope, which are critical for safely executing search warrants and identifying hazardous materials. The CSECO kits are recognized for their effectiveness and are endorsed by law enforcement agencies, underscoring their importance in counterdrug efforts. Interested parties must submit their interest and capability to the contracting officer, Otha Henderson, by September 9, 2024, at 0700 AM (Mountain Time), to be considered for this procurement.
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Active
    Commerce, Department Of
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    66--Notice of Intent to Sole Source (1) Oxford Instruments P10 – 1” 12Mhz Overburde
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to award a sole source contract for the procurement of an Oxford Instruments P10 – 1” 12Mhz Overburden Pressure Cell. This specialized equipment is essential for integration with NETL’s existing Oxford GeoSpec 12/53 NMR Rock Core Analyzer, enabling the evaluation of petrophysical features and multi-phase fluid flow in geological samples under controlled pressures and temperatures. The proprietary nature of the GeoSpec NMR P10 Overburden Cell means that Oxford Instruments America, Inc. is the only known source capable of fulfilling this requirement. Interested parties who believe they can meet the specifications must submit their evidence of capability to Rebekah Parks at rebekah.parks@netl.doe.gov by 1:00 PM ET on September 20, 2024.
    66--Notice of Intent to Sole Source to Mettler-Toledo for a Mettler-Toledo Titrator
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to negotiate a sole source purchase order for a Mettler-Toledo Titrator Excellence T5. This specialized automated titrator is essential for conducting precise pH titrations necessary for NETL's ongoing patent mineral recovery research, as it significantly reduces the time and labor involved in manual titration processes. Mettler-Toledo is identified as the only known source capable of providing this specific equipment, which is critical for the timely execution of research activities. Interested parties who believe they can meet this requirement must submit their capabilities in writing to Shannon Lynch at Shannon.Lynch@netl.doe.gov by 16:00 PM EDT on September 10, 2024.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    INTENT TO SOLE SOURCE - OEM (EMS DEVELOPMENT CORP / ULTRA) ADVANCED DEGAUSSING SYSTEM PARTS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking proposals for a sole source contract to procure OEM advanced degaussing system parts from EMS Development Corporation. This firm fixed-price supply contract aims to ensure the timely delivery of essential components to support the Military Sealift Command, with full delivery required by October 4, 2024. The procurement emphasizes compliance with specific packaging and identification protocols, as well as the importance of fixed pricing and past performance evaluations in determining the best value. Interested parties must submit their proposals by 10:00 AM PST on September 13, 2024, and direct any inquiries to Chris Parker at Christopher.l.parker86.civ@us.navy.mil.
    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.
    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.
    Removal and Disposal of Pm-147 Source Module from Honeywell DaVinci Scanner
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole-source contract with Honeywell International Inc. for the removal and disposal of a PM-147 source module from a Honeywell DaVinci Scanner. This procurement is necessary due to the specialized and proprietary nature of the DaVinci Scanner, for which Honeywell is the exclusive provider of repair and maintenance services, as they do not authorize third-party vendors for such tasks. Interested parties may express their interest and capability to fulfill this requirement by submitting documentation via email to Harry L. Brubaker by 4:00 PM EST on September 13, 2024; however, no solicitation package will be issued, and this notice does not constitute a request for competitive quotations.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.