Combination Synopsis-Solicitation for Quantity one (1) X-ray Photoelectron Spectrometer System
ID: W911QX25QA004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Army Research Laboratory, is soliciting quotes for one X-ray Photoelectron Spectrometer System under solicitation number W911QX25QA004. This procurement aims to acquire a sophisticated analytical instrument that meets specific technical requirements, including dual monochromated X-ray sources, efficient charge neutralization, and advanced computer-controlled features for sample analysis. The X-ray Photoelectron Spectrometer is crucial for various research and development applications within the Army, enhancing capabilities in material characterization and surface analysis. Interested vendors must submit their proposals by April 28, 2025, to Karen Millner at karen.s.millner.ctr@army.mil, with delivery expected within one year of contract award to Aberdeen Proving Ground, MD.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines key provisions and clauses for a Firm Fixed Price (FFP) contract, focusing on non-personal services. It details points of contact for contract specialists, contracting officers, and technical personnel, with some information to be completed at the time of award. The document emphasizes that the contractor acts as an independent entity, providing resources and supervising its own employees, distinct from government personnel. It also covers Anti-Terrorism/Operational Security (AT-OPSEC) requirements for installation access, including background checks and compliance with identity verification. Key operational aspects include government inspection and acceptance at Aberdeen Proving Ground, Maryland sales and use tax exemption, specific receiving room requirements, and normal work hours and observed holidays. The contract strictly defines government-contractor relationships, prohibiting contractor personnel from holding federal positions or influencing federal policy. Additionally, it specifies payment terms, requiring at least net thirty days, and incorporates clauses by reference, particularly for item unique identification and valuation (IUID) and Wide Area WorkFlow (WAWF) payment instructions. The IUID section outlines detailed requirements for marking and reporting items with unique identifiers, while the WAWF section provides instructions for electronic payment requests and receiving reports, including document types and routing data.
    The document outlines provisions and clauses related to a federal contract, primarily focusing on the responsibilities and procedures for contractors engaged in non-personal services for the U.S. Army at Aberdeen Proving Ground, MD. Key points include the structure of the contract, which is defined as a Firm Fixed Price (FFP), and the requirement for contractors to comply with various security and operational standards, including background checks and access regulations. Supervision and direct oversight of contractor employees are strictly maintained by the contractor's management. The document also addresses work hours, legal holiday observance, and the non-employer relationship between the government and contractors, emphasizing independence and contractor responsibilities. Notably, it stipulates terms for payment, including the use of the Wide Area Workflow (WAWF) system for electronic invoicing. Additionally, special provisions for unique item identification and reporting requirements for delivered items are detailed, ensuring compliance with Department of Defense standards. Overall, the text serves as a guideline for prospective contractors, clarifying expectations and necessary compliance measures within the context of federal acquisitions.
    The U.S. Army Research Laboratory is issuing a Request for Quote (RFQ) W911QX25QA004 for one X-ray Photoelectron Spectrometer System. This combined synopsis/solicitation, operating under FAR Subpart 12.6, targets commercial items with a NAICS code of 334516. Quotes are due within five business days of posting, via email. Delivery is required within one year of contract award to Aberdeen Proving Ground, MD. Evaluation criteria include technical capability, past performance, and price, with the potential for award to a higher-priced vendor offering better overall value. Offerors must comply with various FAR and DFARS clauses, including those related to representations, certifications, and specific prohibitions regarding foreign entities and certain technologies. The acquisition is not rated under DPAS, and contract financing is not provided. Offers are due fifteen days from posting.
    The U.S. Army is soliciting proposals for one X-ray Photoelectron Spectrometer System under solicitation number W911QX25QA004, following the guidelines outlined in FAR Subpart 12.6. Responses are due within five business days from the posting date, submitted via email. Delivery must occur within one year after contract award to the U.S. Army Research Laboratory at Aberdeen Proving Ground, MD. Proposals will be evaluated based on technical capability, past performance, and price, utilizing a comparative evaluation process to determine the offer providing the best overall value to the government. Vendors must meet all minimum technical specifications to be considered for award. The solicitation includes numerous FAR and DFARS clauses applicable to the acquisition. Offers must be sent to a specified email, and the opportunity emphasizes the incorporation of various regulatory requirements, including restrictions on certain telecommunications equipment and conditions regarding subcontractors. This acquisition reflects the procurement strategy aimed at enhancing the Army's capabilities while ensuring compliance with federal regulations.
    This document outlines the salient characteristics for an X-ray photoelectron spectrometer system, detailing requirements for federal government RFPs, grants, and state/local RFPs. Key features include dual monochromated X-ray sources (aluminum K alpha and a higher energy source between 2900-5500 eV) with automatic switching and minimal cross-contamination. The system must support small area analysis with specified count rates and energy resolution. It requires efficient charge neutralization, monochromatic argon ion and cluster ion sources with computer-controlled switching. The system needs a computer-controlled stage with 5-axis movement and a variable temperature stage capable of heating to 500°C and cooling to -100°C, fully integrated with the analysis software. Additional requirements include video imaging for sample positioning, various spectroscopy capabilities, and specific facility dimensions and power supplies. The purchase includes on-site installation and user training at Aberdeen Proving Grounds, MD, and a one-year warranty. Optional features, such as additional training, extended warranties, and specialized ion guns, are also listed.
    The document outlines the requirements for a federal Request for Proposal (RFP) to procure an X-ray photoelectron spectrometer system, essential for advanced materials analysis. The government seeks one unit with specific specifications, including the capability to gather x-ray photoelectron data and advanced x-ray sources with dual energy levels. Additional features required include automated computer control for switching sources and ions, a user-friendly charge neutralization system, and a comprehensive video imaging setup. The system must also comply with spatial dimensions, electrical, cooling, noise level specifications, and installation at Aberdeen Proving Grounds, MD, with included training and warranty provisions. Moreover, it emphasizes adherence to anti-terrorism and operational security protocols for contractor personnel. Optional upgrades like various spectroscopy capabilities and improved sample heating techniques are mentioned, reflecting the document's focus on enhancing functionality. This RFP exemplifies government efforts to procure technically advanced equipment through a structured and rigorous specification approach, ensuring compliance with safety and operational standards.
    This government solicitation, W911QX25QA004, is for the procurement of an X-ray Photoelectron Spectrometer System, categorized under NAICS 334516. It outlines terms for commercial products and services, including detailed requirements for item unique identification (IUID) and Wide Area WorkFlow (WAWF) payment instructions. The document specifies various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses incorporated by reference and full text. Key clauses address contractor responsibilities, small business utilization, anti-trafficking measures, and compliance with various federal laws and executive orders. The solicitation is administered by W911QX ACC-APG ADELPHI, with an offer due date of April 28, 2025.
    This document is a solicitation for the procurement of an X-ray Photoelectron Spectrometer System, aimed at supporting Women-Owned Small Businesses (WOSB). It outlines various provisions, specifications, and clauses referenced under the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Key sections include pre-solicitation details, contractor requirements, delivery schedules, and payment instructions utilizing the Wide Area Workflow (WAWF) system. Essential clauses for compliance are incorporated, covering aspects like vendor responsibilities, small business utilization, unique item identification, and payment processing. The solicitation emphasizes support for small and disadvantaged businesses, promoting equitable access to federal contracting opportunities. Critical requirements include adherence to environmental regulations, wage standards, and supply chain security, underlining the government's commitment to inclusive and socially responsible purchasing practices. The aim is to facilitate a competitive bidding process while ensuring compliance with legal and regulatory frameworks that govern federal contracts.
    Lifecycle
    Similar Opportunities
    Energy dispersive micro-focusing X-ray fluorescence spectrometer (μEDXRF) with poly-capillary optics
    Dept Of Defense
    The Department of the Air Force is conducting a market survey to identify potential sources for an energy-dispersive micro-focusing X-ray fluorescence spectrometer (μEDXRF) with poly-capillary optics. This advanced instrument is essential for non-destructive spectral mapping and chemical analysis of materials used in aircraft and jet engines, requiring capabilities to detect elements from Carbon to Uranium with high resolution and sensitivity. Interested contractors, both small and large businesses, are encouraged to submit documentation demonstrating their expertise in manufacturing μEDXRF spectrometers, along with quality assurance processes and relevant past experience. Responses are due by January 7, 2026, and should be directed to Erin Hampton (erin.hampton@us.af.mil) and Anthony Dollard (anthony.dollard@us.af.mil).
    00018 - XRD Diffractometer System
    Labor, Department Of
    The U.S. Department of Labor, through the Occupational Safety and Health Administration (OSHA), is seeking information regarding the procurement of an XRD Diffractometer System, as outlined in a Request for Information (RFI). This advanced analytical equipment is essential for high-precision analyses in materials research, including phase identification and crystallographic structure determination across various sample types. Interested vendors must provide detailed company capabilities, proposed approaches, and pricing estimates, with responses due by January 07, 2026, at 2:00 PM EST, and questions accepted until December 17, 2025. For further inquiries, potential respondents can contact Maria Britton at britton.maria.m@dol.gov or Deborah Worrells at worrells.deborah@dol.gov.
    Sole Source Verdi G5 Laser-Diode System
    Dept Of Defense
    The Department of Defense, specifically the Army's Tactical Network Assurance Branch, is seeking to procure a Sole Source Verdi G5 Laser-Diode System, which includes a water riser and chiller, through a Request for Quote (RFQ) W911QX-26-Q-A004. This procurement is classified under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing) and is intended to be solicited from a single source, emphasizing the system's critical role in supporting the Army Research Laboratory's operations in Adelphi, Maryland. Proposals are due five days after the posting date, with evaluations based on price, technical specifications, and past performance, and the contract is expected to be awarded to the most advantageous offer. Interested parties should direct inquiries to Keturah Moore at keturah.l.moore.civ@army.mil or Alexander Cheatham at alexander.k.cheatham.civ@army.mil, with delivery required within six months of contract award.
    Pilatus4 S 2M CdTe 450hz
    Energy, Department Of
    The Department of Energy, through Brookhaven National Laboratory, is soliciting quotes for the procurement of a Pilatus4 S 2M CdTe 450 Hz module. This advanced analytical laboratory instrument is crucial for high-performance applications in scientific research, particularly in the field of pixel array detectors. Interested vendors must provide a commercially available product that meets specified performance criteria and demonstrate relevant manufacturing experience, with quotes due by December 19, 2025, at 4:00 PM EST. For further inquiries, potential offerors can contact Mark Brock at mbrock@bnl.gov or Jayce Blood at jblood@bnl.gov.
    Raman Spectrometer
    Energy, Department Of
    The Department of Energy's National Renewable Energy Laboratory (NREL) is seeking proposals for the procurement of a high-resolution Raman Spectrometer, aimed at enhancing its energy systems research capabilities. This solicitation, identified as RFQ Number 2026027058, requires a fully integrated confocal Raman microscope with specific technical specifications, including multiple gratings, a multichannel CCD detector, and high-temperature reaction capabilities, among others. The Raman Spectrometer is crucial for analyzing the phase and molecular structure of catalysts, which is essential for the development of advanced catalytic materials. Proposals are due by January 2, 2026, at 5 PM Mountain Time, and interested vendors must ensure their submissions include all required documentation, including SAM registration and compliance with the Buy American Act. For further inquiries, potential offerors can contact Janelle DiGregorio at Janelle.DiGregorio@nrel.gov.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    M26-016 Invenio S and Hyperion II Bruker
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotations for the procurement of a Bruker Invenio Fourier Transform Infrared Spectrometer and a Bruker Hyperion II FT-IR Microscope. The requirements include a benchtop FT-IR system with specific features for quantitative gaseous analysis and a microscope designed for advanced materials characterization, both necessitating dedicated computer hardware, initial supplies, and on-site installation and training for Air Force chemists. These instruments are critical for analytical laboratory functions, enhancing the capabilities for materials analysis and characterization within the Air Force. Interested vendors must submit their quotations by December 19, 2025, at 2:00 PM CST, preferably via email to Michael Chappell Jr. at michael.chappell.7@us.af.mil, and must be registered in SAM.gov to be eligible for contract award.
    PD-33-0012; Scanning Electron Microscope (SEM)
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is seeking to procure one (1) Scanning Electron Microscope (SEM) to support its Machinery Research, Logistics & Ship Integrity Department. The SEM must meet specific technical requirements, including a Schottky Emitter, SE and BSE detectors, a chamber for 300mm specimens, and an integrated EDS system, with functional capabilities such as <3nm resolution at 1kV and variable pressure capabilities (10-150 Pa). This procurement is critical for metallographic analysis and imaging, and interested businesses are invited to submit a 5-page Capability Statement by December 23, 2025, to demonstrate their ability to meet these requirements. Responses should be sent electronically to Jenny Tomeo at jenny.e.tomeo.civ@us.navy.mil, and the anticipated contract type is Firm Fixed-Price under Simplified Acquisition Procedures, with a Request for Proposal expected in February 2026.
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.
    Portable Student Laboratory System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Portable Student Laboratory System through a Combined Synopsis/Solicitation notice. This procurement aims to acquire laboratory equipment that will enhance educational experiences at the United States Military Academy, located at West Point, NY. The system is crucial for providing students with hands-on learning opportunities in analytical laboratory practices. Interested small businesses are encouraged to reach out to Paul Maxwell at paul.maxwell@westpoint.edu or call 845-938-2845 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.