NX9000 Maintenance Contract
ID: FA282325Q0025Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2823 AFTC PZIOEGLIN AFB, FL, 32542-5418, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Air Force, is planning to award a sole-source firm-fixed-price contract for the maintenance of the Hitachi NX9000 system at Eglin Air Force Base in Florida. This contract, valued at approximately $268,680, will be awarded to Hitachi High-Tech America, Inc., the original equipment manufacturer, due to their exclusive access to the necessary intellectual property and OEM parts required for servicing the equipment. The contract will cover a base year and two option years, with the anticipated award date set for May 25, 2025, and interested parties must submit their capabilities in writing by April 25, 2025, to the primary contact, Amn Alexander Maravilla, at alexander.maravilla@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 4:09 PM UTC
The Air Force Test Center Installation Operational Contracting Division at Eglin AFB, Florida, is planning to award a sole-source firm-fixed-price contract to Hitachi High-Tech America, Inc. The contract, identified as FA282325Q0025, is intended for maintenance services of the Hitachi NX9000, with contracts set for three fiscal years: a base year (2025-2026) and two option years (2026-2028). The justification for this sole-source acquisition is provided under 10 U.S.C. 2302b and the FAR 13.501 regulations, which allows streamlined procurement processes in specific scenarios. The anticipated award date is May 25, 2025. This notice emphasizes that it is not a request for proposals, and any responses must clearly demonstrate the capability to provide the required services, submitted in writing by April 25, 2025. The applicable NAICS code for this contract is 811210, with a size standard of $34 million as per the U.S. Small Business Administration. The document highlights the sole-source intent and the government's discretion in determining whether competitive procurement would be advantageous.
Apr 11, 2025, 4:09 PM UTC
The document presents a Sole Source Justification for a Service Contract concerning the maintenance and repair of the SEM NX9000 system at Eglin AFB. The contracting activity is conducted by the AFMC AFTC/PZIOA, with a total estimated contract cost of approximately $268,680. The justification cites the need for only the original equipment manufacturer, Hitachi High Technologies America, Inc., which possesses the required intellectual property and OEM parts necessary for servicing the NX9000. Efforts to solicit competitive offers revealed that no other companies could fulfill the specific requirements due to the unique nature of the equipment. A Sources Sought notice did not attract any viable candidates, and three small businesses contacted confirmed their inability to meet the need. The justification highlights the rationale for using expedited acquisition procedures under certain statutory provisions due to the specialized services required. It also emphasizes the contracting officer's assurance that the costs anticipated will be fair and reasonable. Additionally, the document notes ongoing government efforts to identify new vendors to enhance competition for future acquisitions. The summary reflects a structured approach to documenting compliance and market research related to federal procurement processes.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Notice of Intent to Sole Source to MC Machinery Systems
Buyer not available
The Department of Defense, specifically the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole-source contract to MC Machinery Systems, Inc. for an extended warranty and repair service for the Mitsubishi Wire Electronic Discharge Machine (EDM), model MV4800. This procurement is critical for maintaining the operational readiness of the 846th Test Squadron, as the EDM is essential for manufacturing hypersonic sled parts, with the current warranty expiring in March 2025. The contract will cover comprehensive repair services, including parts, labor, and preventive maintenance, ensuring uninterrupted testing capabilities for military operations. Interested vendors may submit capability statements or proposals by April 30, 2025, with the anticipated award date set for May 16, 2025. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Chuck King at charles.king.42@us.af.mil.
Ametek PATS Auxiliary Unit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the acquisition of a PATS-70A Auxiliary Unit from Ametek, to be delivered to the 309th Software Engineering Group at Hill Air Force Base, Utah. This procurement is classified as a sole-source requirement, necessitating the delivery of the unit within 22 weeks after receipt of order (ARO) and adhering to federal acquisition regulations. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, emphasizing both price and technical capability. Interested vendors must submit their offers electronically by April 30, 2025, and direct any inquiries to the contracting officer, Audrey Lee, at audrey.lee.3@us.af.mil or Christa Phillips at christa.phillips.1@us.af.mil.
REPAIR OF ICT-1500/2500 DETECTION, CONTROL AND MOTION SYSTEMS - Hill Air Force Base, Utah
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and modernization of ICT-1500/2500 Detection, Control, and Motion Systems at Hill Air Force Base, Utah. This procurement aims to extend the operational life of these critical systems by replacing outdated components, including detectors, motors, controls, and associated software, while ensuring compliance with stringent performance and safety standards. The project is vital for maintaining the functionality of advanced Computed Tomography systems integral to the Minuteman III ICBM program. Interested small businesses must submit their proposals by April 29, 2025, and can direct inquiries to Randall Egbert at randall.egbert@us.af.mil or Tanner Nielsen at tanner.nielsen@us.af.mil.
Eglin Operations and Maintenance Services (EOMS) II
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Eglin Operations and Maintenance Services (EOMS) II contract, aimed at providing comprehensive operations and maintenance services for the Eglin Test and Training Complex at Eglin Air Force Base, Florida. The contract encompasses a range of services including the maintenance of test and training areas, technical facilities, and engineering support for range system design and configuration, with a potential duration of ten years if all options are exercised. This procurement is critical for ensuring the operational readiness and effectiveness of military training and testing activities, with proposals due by 3:00 p.m. Central Time on May 13, 2025. Interested parties must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) and ensure they are registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Ronald Wilson at ronald.wilson.22@us.af.mil or John Sarver at john.sarver.2@us.af.mil.
Serv C25-073 Pacer Edge TJOB Synopsis
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to solicit a sole source contract for Computed Tomography (CT) scans for radioscopy parts, to be performed by Waygate Technologies. The contractor will be responsible for providing all necessary labor, tools, equipment, materials, and quality control for the service, which will take place at the contractor's off-site facility for the Oklahoma City–Air Logistics Complex (OC-ALC). This contract is crucial for maintaining the operational integrity of materials handling equipment, as outlined under NAICS code 811310. The estimated period of performance is from June 17, 2025, to September 17, 2025, and interested parties must register in the System for Award Management (SAM) to be eligible for the award. For further inquiries, interested vendors can contact Sondra Groth at Sondra.Groth@us.af.mil or Sheridan Robison at sheridan.robison@us.af.mil.
Laser Vector Preventative Maintenance and Calibration
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, parts, labor, and travel to ensure the operational readiness of three Laser Vision Vector Measuring Machines and six VB-series Tube Benders, with a focus on safety and compliance with federal and Air Force regulations. This contract is critical for maintaining production capabilities, as the equipment is essential for certifying tubes in the shop, and the services are to be solicited on a sole-source basis from the original equipment manufacturer, NUMALLIANCE-NORTH AMERICA, INC. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further inquiries, with the contract period estimated from November 25, 2024, to November 24, 2030.
Five (5) Makino F5 Pro6 Vertical Machining Centers
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), intends to procure five (5) Makino F5 Pro6 Vertical Machining Centers under a sole source solicitation. The procurement aims to fulfill specific requirements for advanced machining capabilities, which are critical for various defense manufacturing processes. The contract is expected to be awarded based on the lowest price technically acceptable (LPTA) evaluation criteria, with a completion timeline of 465 days post-award. Interested vendors can access the solicitation, expected to be issued around May 9, 2025, via the DLA DIBBS website, and should direct inquiries to Jasmine Johnson at jasmine.1.johnson@dla.mil.
Multi-Function Display and Signal Data Processor aka Engine Data Concentrator Unit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repair the Multi-Function Display and Signal Data Processor, also known as the Engine Data Concentrator Unit, for the TH-1H Helicopter program. The contract will involve the repair of critical electronic components, with an estimated requirement of 20 units of the Multi-Function Display and 15 units of the Signal Data Processor each year, under a sole source arrangement with Astronautics Corporation of America. This procurement is vital for maintaining the operational capabilities of the TH-1H helicopter, which is essential for training USAF pilots in combat scenarios. Interested parties should direct inquiries to William D. Martin at william.martin.12@us.af.mil, with the anticipated contract award date set for September 2025.
E6B – Very Low Frequency/ High Power Transmit System (VLF/ HPTS) - Follow on Flush DO
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to negotiate a sole source contract with Rockwell Collins for the flushing and inspection of the Very Low Frequency/High Power Transmit System (VLF/HPTS) Dual Trailing Wire Assembly (DTWA) on the E-6B aircraft. This procurement is critical for maintaining the operational readiness and functionality of the VLF communication systems used in airborne strategic command and control. The anticipated contract, which will be a Firm Fixed Price Task Order, is expected to span 12 months, commencing from the anticipated award date of November 30, 2025. Interested parties may submit capability statements or proposals within 30 days of this notice, and inquiries can be directed to Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil or Bezeyem Lemou at bezeyem.lemou.mil@us.navy.mil.
Repair of T-38 Control Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to award a Sole Source contract for the repair of T-38 Control Assemblies to Pacific Electronics Enterprises Inc. This procurement involves a Firm Fixed Price contract with a base year and nine one-year options, emphasizing the importance of maintaining operational readiness for the T-38 aircraft. The anticipated period of performance spans from September 14, 2025, to September 13, 2035, with an estimated award date of July 30, 2025. Interested parties are encouraged to submit capability statements or proposals to the primary contact, Relijah Sherman, at relijah.sherman@us.af.mil, or the secondary contact, David Herrig, at david.herrig.1@us.af.mil.