FTIR SPECTROSCOPY SYSTEM PREVENTATIVE MAINTENANCE & CALIBRATION
ID: W519TC-25-Q-SPECType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for preventative maintenance, operational qualification, and emergency services for its Fourier Transform InfraRed (FTIR) spectroscopy system at the Crane Army Ammunition Activity in Indiana. The procurement aims to ensure the proper functioning of this critical laboratory equipment, which is essential for ammunition production, through annual maintenance visits and emergency repairs conducted by trained technicians. Interested offerors must submit their proposals by June 13, 2025, with the contract expected to be awarded based on the lowest total price, and all submissions must comply with federal regulations outlined in the solicitation documents. For further inquiries, contact Bridget Garnica at bridget.m.garnica.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Crane Army Ammunition Activity (CAAA) requires a contract for preventative maintenance (PM), operational qualification (OQ), and emergency services for its Chem Lab’s Fourier Transform InfraRed (FTIR) spectroscopy system. The goal is to ensure proper functioning of this critical equipment used in ammunition production, as CAAA lacks the in-house expertise for its maintenance. The contract encompasses annual PM/OQ visits, emergency repairs, and necessary software updates, all conducted by trained technicians. It stipulates compliance with ISO 17025 and USP standards, with documentation of all services including reports and qualification certificates provided to CAAA. Access protocols to the facility are outlined, emphasizing strict safety measures due to the presence of explosives. Contractor personnel must undergo AT Level I training and other security checks as required by the installation. The contract is classified for one year with an option for an additional year, ensuring continuous support of the FTIR system’s operational integrity. Monitoring of contractor performance will be conducted by CAAA representatives, ensuring adherence to service delivery standards.
    The document appears to be a corrupted or improperly formatted file, potentially containing information related to government requests for proposals (RFPs) or grants. However, due to extensive rendering issues, the text lacks coherence and presents numerous placeholder characters instead of meaningful content. In analyzing government RFPs and grant information, key elements typically include the purpose of funding, eligibility criteria for applicants, project objectives, submission guidelines, evaluation metrics, and timelines. These elements are crucial for assessing opportunities for federal and state grants and facilitating new project initiation by stakeholders. Unfortunately, due to the document's unreadable state with most content being unintelligible, meaningful extraction of topics or actionable insights is not feasible. Without significant readable content, determining the precise focus or areas of insight regarding federal or local RFPs remains unattainable.
    The document outlines a request for pricing related to the maintenance and operational qualification of a spectroscopy system for federal evaluation. It specifies various service items categorized under the Base Year and Option Year 1, including Preventative Maintenance, Operational Qualification (Calibration), and Emergency Services, each to be delivered as an integrated lot. The projected delivery period extends from July 1, 2025, to June 30, 2027. Contractors must complete specified sections, including company information and pricing, while ensuring that all quotes are based on FOB Destination terms. The submission is structured to facilitate government evaluation and reflects compliance with federal procurement processes, emphasizing the importance of documenting prices and schedules for the requested services. The overall purpose is to standardize submissions for government contracts concerning essential operational support for laboratory equipment.
    The provided document details federal regulations related to the procurement of telecommunications and video surveillance equipment, specifically in compliance with Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It outlines representation requirements for Offerors submitting proposals to the government, stating that companies must declare if they provide or utilize covered telecommunications equipment or services. This includes a prohibition on acquiring or renewing contracts with entities using such equipment. Offerors must conduct reasonable inquiries to evaluate compliance and provide necessary disclosures if they confirm involvement with covered services or equipment. The aim of the regulation is to ensure that the government avoids associations with potentially insecure technology, thereby protecting national security interests. The document serves as a critical guideline within federal Requests for Proposals (RFPs) in ensuring accountability in telecommunications procurement.
    This document outlines the Offeror Representations and Certifications for federal contracts involving commercial products and services. It establishes requirements that offerors must complete regarding their business status, ownership types (e.g., small, veteran-owned, women-owned), compliance with federal regulations (such as the Buy American Act and restrictions regarding certain technologies and labor practices), and accuracy of submitted information in the System for Award Management (SAM). Definitions are included for terms such as "economically disadvantaged women-owned small business" and "service-disabled veteran-owned small business." The document introduces sections requiring offerors to declare any prior contract compliance issues, tax liabilities, and responsibilities regarding child labor laws. Furthermore, it mandates certifications concerning specific operational contexts, like restrictions on business activities in Sudan or dealings with Iran. This comprehensive provision aims to ensure that contracting officers are informed about the offeror’s compliance status and eligibility, promoting transparency and accountability in federal contracting processes.
    The document outlines the solicitation provisions and clauses applicable to federal contracts as part of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). It details specific regulations that offerors must adhere to during the bidding process, including requirements for the System for Award Management, personal identity verification of contractor personnel, and representations regarding telecommunications services. The structure consists of two main components: solicitation provisions and clauses. Each provision and clause is tied to various compliance standards, emphasizing contractor responsibilities in terms of environmental considerations, labor standards, and the prohibition of certain entities. Notably, it includes clauses on the proper handling of covered telecommunications equipment, safeguarding of defense information, and the requirement for antiterrorism training. Overall, the document serves to ensure that contractors are aware of their obligations, comply with federal laws, and follow protocols designed to protect sensitive information and maintain ethical standards in federal contracting. This aligns with the broader context of government RFPs and grants aimed at ensuring transparency, accountability, and efficient use of taxpayer funds.
    Similar Opportunities
    TERADYNE TESTER SUPPORT AGREEMENT
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for a Teradyne Tester Support Agreement to provide maintenance, calibration, and repair services for government-owned Teradyne Model microFLEX Semiconductor Test Systems. This procurement is critical for ensuring the operational readiness of systems used in testing microelectronic circuits for the MK6LE Guidance system, with Teradyne Inc. being the only qualified provider due to their proprietary rights and specialized technical personnel. Interested contractors must be registered in the System for Award Management (SAM) and submit their offers via email to Cierra Vaughn by December 11, 2025, at 4:00 PM Eastern Time, as the contract period is set from December 4, 2025, to November 30, 2027.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    GAS CHROMATOGRAPH/MASS SPECTROMETER MAINTENANCE (GC-MS)
    Buyer not available
    The Department of Defense, specifically the Combat Capabilities Development Command - Soldier Center (DEVCOM-SC), is seeking a contractor to provide maintenance services for a gas chromatograph and mass spectrometer located in Natick, Massachusetts. The procurement includes annual preventative maintenance, unlimited on-site service visits with a 72-hour response time, and the provision of factory-certified replacement parts and software updates for the TRACE 1310 GC and ISQ mass spectrometer. This equipment is crucial for various analytical applications, and the contract will have a one-year base period with two additional one-year options. Interested parties can find more details and submit inquiries to Kaylie Silva at kaylie.j.silva.civ@army.mil or Lyndon Jagroop at lyndon.s.jagroop.civ@army.mil, with the opportunity listed on Unison Marketplace.
    Agilent Preventive Maintenance and Service Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance and service repair of Agilent instruments and laboratory equipment. The procurement aims to ensure the operational readiness and reliability of critical laboratory equipment through regular maintenance and timely repairs. This service is vital for maintaining the functionality of instruments used in various defense-related research and operational activities. Interested parties can reach out to Tia Askew at tia.j.askew.civ@army.mil or by phone at 706-791-1821, or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil or 706-791-1831 for further details regarding the opportunity.
    Request for Information (RFI) - Agilent Services
    Buyer not available
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.
    NDT Modernization
    Buyer not available
    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.
    Detector Kit, Chemical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for a firm-fixed price contract for 22 Chemical Detector Kits (NSN: 6665-01-706-8739, Manufacturer Part Number: 6001-000082-2), with an option for an additional 22 units. This procurement is critical for ensuring the availability of reliable hazard-detecting instruments, which play a vital role in military operations and safety protocols. Proposals must be submitted via email to Patricia Roussin at patricia.roussin@dla.mil by December 15, 2025, at 11:59 PM EST, and interested parties should note that a Technical Data Package is available on sam.gov, requiring a current DD 2345 for access. Compliance with specific packaging, marking, and delivery requirements is essential, with deliveries to be made FOB Destination to Pine Bluff, AR, within 90 days after contract award.
    high-speed, high dynamic range, thermal imaging system
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for a high-speed, high dynamic range thermal imaging system. This system is intended to operate in the medium-wavelength infrared (MWIR) band and is crucial for advancing research capabilities at the Air Force Institute of Technology (AFIT), particularly in graduate optical engineering labs and ongoing defense-centered projects. Interested firms are required to submit a capability statement electronically to the designated contacts by December 15, 2025, at 11:00 AM EST, with all submissions becoming government property and subject to specific formatting guidelines. For further inquiries, interested parties can reach out to Danara Barlow at danara.barlow@us.af.mil or Jessica Stamper at jessica.stamper.2@us.af.mil.
    Nicolet iS50 Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance and repair of the Nicolet iS50 laboratory analytical instrument located at Hill Air Force Base, Utah. This procurement involves a full-service maintenance and support plan, which is designated as a single-source acquisition to Thermo Electron North America LLC, the sole manufacturer and service provider for this equipment. The contract will cover a base year and four one-year options, with a performance period from February 6, 2026, to February 5, 2031, and requires compliance with various federal regulations, including labor standards and cybersecurity measures. Interested parties must submit their offers by 1500 MT on December 15, 2025, via email to the primary contact, Nichole Saucedo, at nichole.saucedo@us.af.mil.
    Preventive Maintenance and Repair service for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit (base year plus two possible one-year option years)
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking small business sources for preventive maintenance and repair services for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit. The contract will cover a base year plus two optional one-year extensions, commencing on December 30, 2025, and includes requirements for one annual on-site preventive maintenance visit, unlimited corrective repairs within three business days, the use of OEM-certified parts and technicians, unlimited software/firmware updates, and priority technical support. This service is critical for maintaining the operational integrity of the MRI unit, which is essential for research and diagnostics. Interested vendors must submit their responses, including business information and capability statements, by December 9, 2025, to Suzanne Martella at suzanne.martella@fda.hhs.gov.