Scantron Hardware and Software Maintenance Services
ID: W15QKN25QA012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-PICAPICATINNY ARSENAL, NJ, 07806-5000, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE MACHINES/TEXT PROCESSING SYS/VISIBLE RECORD EQUIPMENT (J074)
Timeline
  1. 1
    Posted Jan 16, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 23, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, intends to solicit a sole source contract for maintenance services of a Scantron OMR Imaging Scanner (Model iNSIGHT 150) and its associated hardware at Fort Belvoir, Virginia. The contract will be awarded to Secur-Serv, the sole provider of these specialized maintenance services, which are critical for the operational efficiency of the U.S. Army Research Institute for the Behavioral and Social Sciences. This presolicitation notice indicates that the government will not be seeking competitive quotes, and any responses will be used solely to determine the necessity of a competitive procurement. Interested parties can reach out to Jonathan Krakower at jonathan.p.krakower.civ@army.mil or by phone at 609-562-2576 for further information.

Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Solicitation
Similar Opportunities
Notice of Intent to Sole Source Technical Support, Maintenance, Training, and Component Upgrades for the 3dMD Temporal 10 Hz 3dMD 18.t Full Body Dynamic High Resolution Scanner
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to award a Firm Fixed-Price contract to 3dMD, LLC for technical support, maintenance, training, and component upgrades for the 3dMD Temporal 10 Hz full body dynamic high-resolution scanner. This procurement is crucial for ensuring the operational readiness and functionality of the proprietary scanning technology, which plays a significant role in various military applications. The contract is expected to be awarded in the first quarter of Fiscal Year 2026, with a total performance period of approximately 60 months, and interested parties are invited to submit capability statements to Ms. Naydeen Christian at naydeen.christian1@usmc.mil within five calendar days of the notice publication. Please note that this notice is not a request for competitive proposals, and all submissions will become government property.
Overhead Scanner
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an overhead scanner through a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the SBA guidelines, focusing on the manufacturing of computer terminal and peripheral equipment, as indicated by the NAICS code 334118. The overhead scanner is essential for various military applications, enhancing operational efficiency and data management. Interested vendors should reach out to Paul Davis at paul.e.davis14.civ@army.mil or by phone at 803-751-8197, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details, as the procurement process includes an amendment for updated pricing and an exemption from the Buy American Act.
NOTICE OF INTENET TO SOLICIT ONLY ONE SOURCE FOR A SERVICE AGREEMENT ON A GOVERNMENT OWNED BRUKER AXS LLC D8 XRAY DIFFRACTION SYSTEM
Buyer not available
The Department of Defense, specifically the Army, intends to solicit a service agreement exclusively from Bruker AXS LLC for the maintenance of a government-owned D8 X-ray Diffraction System at Aberdeen Proving Ground, Maryland. This procurement is limited to a single source due to the specialized nature of the services required, which are critical for the operational integrity of the X-ray system. The contract will be structured as a firm-fixed price agreement, covering a base year with two optional renewal years, and is governed by various federal regulations to ensure compliance and security. Interested parties can reach out to Nyshaun Greene at nyshaun.s.greene.civ@army.mil or Zachary Dowling at zachary.a.dowling2.civ@army.mil for further details, with responses required within five days of the posting date.
NAWCAD WOLF_ Intent to Sole Source_3D Scanner for AN/SPN-43C
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to procure a 3D scanner and associated equipment from Keyence Corporation of America on a sole-source basis. This procurement includes measurement controllers, stages, measurement heads, accessory kits, and calibration boards, all of which are essential for the operation and maintenance of the AN/SPN-43C radar system. The government emphasizes that all vendors must be authorized distributors of Keyence products and registered in the SAM.GOV database to be eligible for the contract. Interested parties must submit their quotations by 5:00 PM Eastern Standard Time on April 25, 2025, to Rachel Flora at rachel.n.flora.civ@us.navy.mil, ensuring compliance with specific pricing and shipping requirements.
Sole Source Notice - SLA3500 3D Printer Annual Maintenance
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking to procure annual maintenance services for the SLA-3500 3D printer from RP America, the original equipment manufacturer. This sole source procurement is justified as RP America possesses the unique expertise and proprietary tools necessary for effective maintenance, which includes three preventive maintenance visits, three repair visits, and unlimited technical and software support over a one-year period, with options for two additional years. The SLA-3500 3D printer is critical for rapid prototyping within government operations, ensuring operational integrity and performance. Interested vendors must submit their quotes, including a capabilities statement and proof of past performance, to Alan Bounds via email by the specified deadline, ensuring compliance with invoicing through Wide Area Workflow.
NOTICE OF INTENT TO SOLE SOURCE -- Standard Service Contract Subscription for maintenance of a Government-owned Rigaku MicroMax 007 HFM X-ray generator and integrated Haskris WW2 water chiller
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking to award a sole-source contract for a three-year Standard Service Contract Subscription for the maintenance of a Government-owned Rigaku MicroMax 007 HFM X-ray generator and an integrated Haskris WW2 water chiller. The contract, numbered W911QX-25-Q-0096, will be awarded to Rigaku Americas Corporation, emphasizing the importance of maintaining specialized equipment critical for research and development operations within national defense initiatives. Interested parties should note that responses are due five business days after posting, with the expected contract start date set for May 1, 2025. For further inquiries, contact Melissa M Murphy at melissa.m.murphy20.civ@army.mil or Thomas Jurgens at thomas.c.jurgens.ctr@army.mil.
Notice of Intent to Sole Source Award for TOCNET Equipment Replacement”
Buyer not available
The Department of Defense, through the Mission and Installation Contracting Command at Fort Irwin, intends to award a sole source contract to SCI Technology, Inc. for the replacement of the TOCNET system, which is critical for mission command operations within the 52ID Division Tactical Operations Center and other areas at the National Training Center. The procurement aims to modernize the existing TOCNET equipment, which has been in continuous operation since 2014 and has deteriorated, thereby affecting communication reliability and operational safety during training exercises. This upgrade is essential to ensure uninterrupted FM communications between key personnel and rotational units, thereby maintaining mission efficiency and safety standards. Interested parties may submit capability statements to demonstrate their ability to meet the requirement, although no competitive quotes will be solicited. For further inquiries, contact LC Thames at l.c.thames.civ@army.mil or Theresa Rodriguez at theresa.rodriguez2.civ@army.mil.
Notice of Intent to Sole Source to Panasonic Connect North America Professional Services
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a sole source contract to Panasonic Connect North America Professional Services for the repair of Panasonic FZ-G1 MK4 MK5 tablets and FZ-55 MK1 laptops. This procurement is necessary to ensure that the devices are restored to factory operation and remain compatible with the approved baseline for the supported Government Program of Record, given Panasonic's proprietary rights in the repair process. The estimated value of this contract is under $250,000, and interested parties must submit their capability responses in writing within 15 days of this notice to Elizabeth Scannell at elizabeth.m.scannell2.civ@us.navy.mil. This opportunity is conducted under FAR 13.106-1(b)(1) for single source procurement, and registration in the System Award Management (SAM) is required for all vendors doing business with the Department of Defense.
Notice of Intent to Award Sole Source - Universal Currency Authentication Sensor 3 (UCAS3) and GemVision Currency Sensor (UCAS3) Sensors
Buyer not available
The Bureau of Engraving and Printing (BEP) intends to award a sole source contract to Authentix, Inc. for the procurement of six Universal Currency Authentication Sensor 3 (UCAS3) and six GemVision Currency Sensor (GVCS) sensors. This procurement is essential for ensuring the integrity and reliability of currency authentication processes, as these sensors are critical for the agency's operations. The contract will be awarded on a noncompetitive basis under the authority of 41 U.S.C. 3304(a)(1), and interested parties who believe they can meet the requirements are invited to submit their capabilities by May 16, 2025. Responses must be sent via email to Naweed Nezam and Jeremy Boggs, and all interested entities must be registered in the System for Award Management (SAM) to be considered.
J065--Getinge Autoclave Bioseal Maintenance Agreement Intent to Sole Source For Louis Stokes Cleveland VA Medical Center
Buyer not available
The Department of Veterans Affairs intends to negotiate a sole source contract for the Getinge Autoclave Bioseal Maintenance Agreement for the Louis Stokes Cleveland VA Medical Center. This procurement aims to secure reliable maintenance services for the Getinge Autoclave Bioseal, which is critical for ensuring the operational efficiency of medical equipment used in veteran healthcare. The contract will be awarded to Getinge USA Sales LLC, as they are deemed the only source capable of fulfilling the requirements, with responses due by April 24, 2025, at 10:00 a.m. Eastern Time. Interested contractors may submit a capabilities statement to Sara Wood, Contract Specialist, at sara.wood1@va.gov, although this is not a competitive solicitation and the government will not reimburse any costs incurred in responding to this notice.