GILAir Air Sampling Pump Service
ID: H9223924R0014Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)
Timeline
    Description

    The U.S. Army Special Operations Command, part of the Department of Defense, intends to negotiate a sole source contract with Sensidyne, LP for maintenance and support services related to ten GilAir Plus air sampling pumps. The procurement includes essential services such as calibration, software updates, and battery replacements, as Sensidyne is the only authorized service provider for these specific pumps. This equipment is critical for air sampling operations conducted by the U.S. Special Operations Command's Safety Office, ensuring compliance with safety standards. Interested organizations may submit their capabilities and qualifications for future acquisitions to Jason San Juan at jason.g.sanjuan.civ@socom.mil and Sandra Bramble at sandra.g.bramble@socom.mil, with the contract award anticipated under the authority of 10 U.S.C 2304 (c)(1) and FAR 6.302-1.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines solicitation H92239-24-R-0014, a Request for Quote (RFQ) for maintenance and support services for ten GilAir Plus air sampling pumps, specifically targeting small businesses under NAICS code 811210. The RFQ emphasizes that submissions must be for new materials, not refurbished, and details a timeline of 60 days post-award for delivery. Offerors are required to submit quotes electronically, providing technical descriptions, pricing, and warranty terms. The selection process follows a Lowest Price Technically Acceptable (LPTA) evaluation model based on three criteria: Technical Acceptability, Price, and Delivery timeframe. Technical acceptability will be evaluated based on compliance with specified requirements, with a focus on presenting clear and complete supporting documentation. This document serves as a formal invitation for qualified small businesses to offer competitive quotations for essential services, reinforcing the government’s commitment to utilize small business resources in its procurement strategy.
    The United States Special Operations Command (USSOCOM) submitted a Justification and Approval (J&A) document to sole-source a contract for the maintenance, software upgrades, and calibration of ten Sensidyne GilAir air sampling pumps. Sensidyne, the sole manufacturer based in St. Petersburg, FL, is the only authorized provider of the necessary services, as it lacks authorized resellers or service centers. The anticipated contract cost includes repair services and potential battery replacements. The justification cites FAR 6.302-1, indicating no other suppliers can fulfill the agency's requirements. Future efforts will include market research to explore the possibility of establishing authorized resellers. Feedback and thorough assessment of proprietary data and compliance with the Freedom of Information Act are also addressed. This J&A aims to streamline the procurement process while ensuring the necessary support for vital air sampling equipment used by USASOC's Safety Office.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Air Sampling Probe Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is conducting a market survey to assess interest and capabilities for the repair of the Air Sampling Probe, NSN: 6665-12-326-6355. This initiative aims to identify qualified contractors capable of providing sustainment-level services for a critical component used in the Nuclear Biological Chemical Reconnaissance Vehicle, which is essential for environmental chemical contamination analysis. Interested firms must submit their qualifications, past experience, and capability details by September 27, 2024, to MaKenzie Bailey at makenzie.d.bailey.civ@army.mil, as participation is voluntary and no compensation will be provided. Confidential information will be protected, and the government is under no obligation to issue a solicitation or award a contract following this survey.
    99--BREATHING APPARATUS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure breathing apparatuses identified by NSN 1H-9999-LLTRL5880. The procurement involves a total quantity of 2,311 units, with delivery terms set as FOB Origin. These items are critical for operational readiness and safety, and the government has determined that it is uneconomical to purchase the data or rights necessary for competitive sourcing, thus intending to negotiate with only one source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability within 45 days of this notice, and all proposals will be considered to determine if a competitive procurement is feasible. For further inquiries, potential bidders can contact Darian Holley at (717) 605-1339 or via email at darian.holley@navy.mil.
    SOLE SOURCE SOLICITATION: Nosecup Left Filter
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), intends to issue a sole source procurement for the Nosecup Left Filter from Avon Protection Systems Inc., located in Cadillac, Michigan. This procurement is restricted to the approved source due to proprietary technical data, and it will result in a firm fixed price contract. The items are critical for safety and rescue operations, emphasizing the importance of quality and compliance with military specifications. Interested parties can direct inquiries to Contract Specialist Abhiram Popuri at abhiram.e.popuri.civ@army.mil or by phone at 520-684-5015, with the procurement process adhering to the guidelines outlined in the Justification and Approval (J&A) documentation.
    SOF Global Services Delivery
    Active
    Dept Of Defense
    The U.S. Special Operations Command (USSOCOM) is currently in the acquisition planning stage for the SOF Global Services Delivery (SOF GSD) contract, which is a recompete of the SOF Core Support (SCS) initiative. This special notice serves to inform interested parties that no decisions have yet been made regarding the number of awardees, the date for an Industry Day, or the anticipated audience for this procurement. The SOF GSD contract is critical for supporting the Special Operations Forces mission, and updates will be provided exclusively through this notice until a formal draft Request for Proposal (RFP) is posted. For further inquiries, interested parties can contact Sherri Ashby at sherri.ashby@socom.mil or Alicia Spurling at alicia.spurling@socom.mil.
    Intent to Sole Source - Aqua-Glo Kit Service and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source firm fixed-price contract for the service and repair of Aqua-Glo Kits to Gammon Technical Products Inc. This procurement is being conducted under Simplified Acquisition Procedures, and the government seeks to ensure that competition would be advantageous; however, no solicitation will be issued unless clear evidence of interest is presented. The Aqua-Glo Kits are critical for measuring, displaying, and controlling industrial process variables, highlighting their importance in maintaining operational efficiency. Interested parties must submit their responses by September 19, 2024, to Matthew Cardenas or Julia Gomez via the provided email addresses, as oral communications will not be accepted.
    Notice of Intent to Sole Source - Intrusion Detection System and Advantor Access Control System
    Active
    Dept Of Defense
    The United States Special Operations Command (USSOCOM) intends to procure an Intrusion Detection System (IDS) and Access Control System (ACS) from Advantor Systems Corporation on a sole source basis. This procurement is necessary as Advantor is the only vendor qualified to provide Air Force Certified IDS, including necessary upgrades and maintenance. The acquisition will be conducted under Simplified Acquisition Procedures and is not open for competitive bidding; however, interested parties may submit capability statements to demonstrate their qualifications. For further inquiries, interested vendors can contact Kristen Colyer at kristen.colyer@socom.mil.
    58--Sensit SPods
    Active
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is planning to award a fixed-price contract on a sole-source basis to SENSIT Technologies for the procurement of five SENSIT SPOT Volatile Organic Compound (VOC) Measurement Devices. These devices are essential for supporting air toxics monitoring efforts conducted by EPA Region 4 and its partner agencies, ensuring consistency and continuity in the existing VOC Sensor Loan Program. The SENSIT SPODs are the only commercially available VOC sensors that meet the EPA's stringent performance requirements, particularly for fence-line monitoring applications, as determined through prior testing. Interested parties can direct questions to the Contracting Officer, Clare Hingsbergen, or the Contract Specialist, Femi Obadina, via email, and the procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b)(1), with a total funding amount not exceeding $250,000.
    16--PUMP,RESERVOIR,CONT
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the procurement of a Pump, Reservoir, Cont, specifically NSN 7R-1680-015875601-P8, from Meggitt Defense Systems Inc. This procurement is critical as it involves the acquisition of spare parts necessary for aircraft operations, and Meggitt Defense Systems Inc is the Original Equipment Manufacturer (OEM) with exclusive rights to provide these parts. Interested parties have 15 days to express their interest and capability to meet the requirements, with the solicitation expected to be issued on August 21, 2024, and proposals due by September 21, 2024. For further inquiries, interested organizations can contact Dillon R. Ketterman at dillon.ketterman@navy.mil.
    Targeting System Maintenance and Repair
    Active
    Dept Of Defense
    The U.S. Special Operations Command, through the Naval Special Warfare Command, is seeking qualified contractors for the maintenance and repair of electronic targeting systems used in training exercises. The objective is to establish a Firm-Fixed Price Blanket Purchase Agreement (BPA) to sustain approximately 1500 electronic targets and related systems across multiple training locations, ensuring operational readiness and safety. This initiative is crucial for maintaining the effectiveness of training exercises, as it involves providing hardware, repair parts, technical support, and training to personnel while adhering to strict safety protocols. Interested contractors must submit a capabilities package by October 11, 2024, to Meredith Howes at meredith.howes.2@socom.mil, with submissions treated as part of market research and not as a commitment for procurement.
    BRAND NAME OEM INTERSPIRO VOICE AMPLIFIERS
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is soliciting proposals for the procurement of 40 Interspiro Voice Amplifiers, specifically part number 3092-1200C, under a Total Small Business Set-Aside. This firm-fixed-price supply contract is essential for the Military Sealift Command, ensuring that the new equipment integrates seamlessly with existing safety systems aboard the USNS Lewis and Clark (T-AKE 1), particularly the SCBA face masks. The solicitation is set to close on September 20, 2024, with a required delivery date of September 15, 2024, and interested vendors must register in the System for Award Management (SAM) and submit their offers to Noah Ibrahim at noah.r.ibrahim.civ@us.navy.mil.