Hexagon MyCare Premium Subscription HMA
ID: N6852025R0024Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
    Description

    The Department of Defense, specifically the Fleet Readiness Center East (FRCE) in Cherry Point, North Carolina, intends to award a sole-source contract to Hexagon Manufacturing Intelligence (HMI), Inc. for a MyCare Premium Subscription and Hardware Maintenance Agreement. This procurement aims to secure essential maintenance and support services for twelve Coordinate Measuring Machines (CMMs) and seven Leica Laser Portable Trackers, which are critical for ensuring the operational readiness of precision measurement equipment used in naval aviation. The services will include annual calibration, preventative maintenance, repair labor, and parts coverage, all vital for maintaining the equipment's performance and minimizing downtime. Interested parties may submit capability statements to Jenna Lang at jenna.l.lang2.civ@us.navy.mil within seven calendar days of this notice, although this is not a request for competitive quotes.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work details the contractual requirements for maintenance and support services for Leica Laser Portable Trackers and Coordinate Measuring Machines (CMMs) utilized at the Fleet Readiness Center East (FRCE) in naval aviation. This initiative aims to ensure the operational readiness and efficiency of critical precision measurement equipment, integral for verifying aircraft components to meet strict engineering specifications. As part of the MyCare service offerings, the contractor must provide a one-year preventative maintenance and calibration agreement covering seven portable trackers and twelve CMMs. The MyCare Premium Services include annual calibration, preventative maintenance, repair labor, and parts coverage, among others, ensuring minimal downtime and optimal performance. A detailed list of calibrations and repairs is mandated, emphasizing regular inspections and certifications. Due to the equipment's vital role, any lapse in service could delay aircraft repairs, directly impacting operational capabilities. The document outlines various service tiers and specifics of coverage, illustrating the comprehensive support structure required to maintain the precision tools necessary for aircraft readiness.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Hexagon Maintenance
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, intends to procure maintenance services for Hexagon Metrology software on a sole-source basis. This procurement is for the renewal of an existing license, which is critical for maintaining operational capabilities within the department. Interested firms that believe they can meet the requirements are encouraged to submit a written response, including a capability statement, to the primary contact, Virginia Dennison, by email no later than five days after the publication of this notice. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.
    NOTICE OF INTENT TO SOLE SOURCE
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, intends to award a Sole Source Firm-Fixed-Price contract to Phillips Corporation for the installation and rigging of a HAAS 5-Axis CNC Milling Machine at the Fleet Readiness Center West in Lemoore, California. This procurement requires the contractor to provide all necessary personnel, equipment, and materials to ensure the installation meets OEM specifications, with services performed exclusively by a certified Haas technician to maintain warranty compliance. The installation of this advanced milling machine is crucial for enhancing manufacturing capabilities, transitioning from a 3-axis to a more sophisticated 5-axis system. Interested parties may submit capability statements by March 21, 2025, to the primary contact, Yesica Lorena Burrill, at yesica.l.burrill.civ@us.navy.mil, with the understanding that this notice does not invite competitive proposals.
    SOLE SOURCE – HELIOS G4 MAINTENANCE AGREEMENT
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking to establish a sole source maintenance agreement for the Helios G4 UX Scanning Electron Microscope with FEI Company. This procurement is essential for ensuring the operational readiness and maintenance of critical electronic and precision equipment, reflecting the government's commitment to maintaining high standards in laboratory operations. The contract, identified by solicitation number N00164-25-Q-0576, is structured as a firm-fixed price agreement, with a service period from April 7, 2025, to April 6, 2026, and offers must be submitted by March 20, 2025, at 3:00 PM Eastern Time. Interested vendors can contact Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil for further details and must be registered in the System for Award Management (SAM) to participate.
    NAVAIR METCAL LABMASTER UNIVERSAL
    Buyer not available
    The Naval Surface Warfare Center (NSWC), part of the Department of Defense, is seeking sources for the procurement of a Pratt & Whitney Labmaster Universal and associated equipment for the Metrology and Calibration (METCAL) Program. This procurement aims to enhance the calibration of measurement tools critical for military operations, including gage blocks and pin gages, and requires specific components, accessories, and comprehensive documentation such as operator manuals and calibration certifications. Interested parties are invited to submit their technical capabilities by March 24, 2025, with responses directed to Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil, referencing Sources Sought Notice N6426725Q4090. The expected delivery period for the contract fulfillment is 360 days post-award, and a minimum one-year warranty is required for all units.
    Notice Of Intent for Maintenance and Preventative Services for Radiology Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a firm fixed price contract for maintenance and preventative services for radiology equipment at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is being conducted on a sole source basis with Hologic Inc., the only vendor possessing the proprietary rights to the necessary software and products, as authorized under FAR 6.302-1 for "Only one responsible source." The services are critical for ensuring the operational readiness and reliability of medical imaging equipment used in military healthcare settings. Interested parties must express their interest and capabilities by emailing Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil by 9 AM EST on March 18, 2025, as this notice does not constitute a request for competitive proposals.
    Preventative and Scheduled Service for DMG Mori Machines
    Buyer not available
    The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW), is seeking proposals for preventative and scheduled maintenance services for eighteen DMG Mori machines located in San Diego, California. The contract will encompass preventative maintenance, emergent repairs, and scheduled service, adhering to the Original Equipment Manufacturer (OEM) standards to ensure optimal functionality of the equipment. This procurement is critical for maintaining the operational efficiency of military assets, with a contract type of Firm Fixed Price (FFP) expected to be awarded by December 9, 2024, at 4:00 PM EST. Interested vendors must submit their proposals via DoD Safe and can direct inquiries to Amanda Taylor or Tiffany Crayle at the provided email addresses.
    COMPETITIVE – Commercial Machine Shop Equipment Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking qualified vendors for the maintenance of commercial machine shop equipment. This procurement aims to ensure the operational readiness and reliability of essential machinery used in various defense-related manufacturing processes. The maintenance services are critical for sustaining the functionality of equipment that supports military operations and production capabilities. Interested parties should contact Colton Rollins at colton.l.rollins.civ@us.navy.mil or call 812-227-9050 for further details regarding the presolicitation notice.
    Hardware maintenance for lab instruments
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for hardware maintenance of laboratory instruments, specifically a Nicolet iS50 FTIR Spectrometer and an iS50 Raman Module. The contractor will be responsible for providing comprehensive maintenance services, including annual on-site visits, technical support within two hours, and unlimited emergency service visits, all conducted on-site within 72 hours of notification. This maintenance is crucial for ensuring the continuous operation and reliability of essential laboratory equipment used in government research efforts. Interested vendors must respond by March 21, 2024, at 10 AM EST, and direct their inquiries to Nicole Coleman at nicole.coleman@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    MAK VT Software Maintenance
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the maintenance renewal of specific software products from Mak Technologies, Inc. This procurement includes essential software maintenance for VR-Link and SensorFX products, which are critical for maintaining existing operational capabilities. The contract will be awarded on a sole source basis, emphasizing the necessity of continuity in software functionality and compliance with federal regulations. Interested vendors must submit their quotes by March 21, 2025, with an anticipated award date of April 1, 2025. For further inquiries, contact James Embrey at james.d.embrey3.civ@us.navy.mil or call 540-498-5241.
    Notice of Intent - Sole Source for Warranty and Service for ConMed Airseal and Helix Argon
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source contract to Lovell Government Services, Inc. for extended warranty and service plans for seven AirSeal iFS units and two Helix Argon Beam units at the Walter Reed National Military Medical Center in Bethesda, Maryland. This procurement is essential for maintaining the operational readiness and reliability of critical medical equipment used in the Main Operating Room. The contract will be awarded under the authority permitting “Other than full and Open Competition,” and interested parties may express their capabilities by emailing Kendall Spann at kendall.j.spann.civ@health.mil by 12:00 PM EST on March 19, 2025. Please note that this notice is not a request for competitive proposals, and phone inquiries will not be accepted.