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
    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
    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.
    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
    HMIT Test Stand Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance and repair services for two Helmet Mounted Integrated Targeting System (HMIT) Test Stands for the 523rd Electronics Maintenance Squadron (EMXS) at Hill Air Force Base in Utah. The contractor will be responsible for delivering all necessary management, tools, parts, supplies, equipment, and labor to ensure the operational readiness of the HMIT Test Stands, which are critical for testing and maintaining advanced targeting systems. Key services include technical assistance, coordination on replacement parts, on-site repairs, and software support, with strict adherence to performance thresholds and compliance with Air Force Instructions and OSHA standards. Interested parties can contact Costadena Bournakis at costadena.bournakis@us.af.mil or 801-586-8593, or Merrick Flygare at merrick.flygare@us.af.mil or 801-775-2223 for further details.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This Firm Fixed Price contract requires the provision of all necessary parts and labor to test and repair the ADP, which is critical for the operational capabilities of F-15 aircraft. The contract is a sole source requirement directed to Honeywell International, as they possess the unique technical data and expertise necessary for this specialized repair, with a total quantity of 50 units to be addressed. Proposals are due by January 6, 2026, at 4:00 PM EST, and interested parties can contact Madison Norris at madison.norris@us.af.mil for further information.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    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.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Material Test System (SOLE SOURCE)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Quote (RFQ) FA822725Q4910 for calibration services of the Material Test System (MTS) and High Rate Propellant Test System (HRPTS) at Hill Air Force Base, Utah. This procurement is a Sole Source award to MTS Systems Corporation, which will provide essential calibration services for the 582nd Missile Maintenance Squadron, ensuring the systems operate within design specifications critical for the Air Force Nuclear Weapons Center's Aging and Surveillance Program. Proposals are due by December 15, 2025, at 3:00 p.m. MST, with questions accepted until December 10, 2025, at 3:00 p.m. MST; interested vendors should submit their quotes via email to Contract Specialist Rachel Wright and Contract Officer Melissa Huston.
    Solicitation for repair of B-2 Disk Drive Unit (DDU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a solicitation for the repair of Disk Drive Units (DDUs) under Solicitation Number FA8119-25-R-0012. This procurement is a sole source acquisition directed to Honeywell International, Inc., and involves a firm-fixed-price, requirements-type contract for the repair of specific units identified by NSN: 7025-01-582-0638FW. The Disk Drive Units are critical components for the B-2 aircraft, underscoring their importance in maintaining operational readiness. Interested parties can reach out to Taylor Baptiste at taylor.baptiste@us.af.mil for further details regarding this opportunity.
    FA821226Q0315 SOLICITATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to solicit and negotiate a sole source contract for a DISK CARTRIDGE (NSN 7045016270971WF) from ELBITAMERICA, INC. This procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements due to the lack of available technical data. The DISK CARTRIDGE is critical for operational capabilities, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For further inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    HVF Precious Metals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the destruction of classified information technology (IT) equipment under the contract FA9401-23-P-0031. The procurement focuses on the disposal of computers, servers, peripherals, and other items that have been in contact with U.S. Government classified information, requiring compliance with specific destruction standards. HVF Precious Materials has been identified as the sole contractor capable of fulfilling these requirements due to its approval by the Air Force Office of Special Investigation (AFOSI) and its proximity to Kirtland Air Force Base, which minimizes transportation costs and time for government personnel. Interested parties can reach out to Elizabeth Ongstad at elizabeth.ongstad@us.af.mil or Nathaniel Bovell at nathaniel.bovell@us.af.mil for further information.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    FMS REPAIR OF COMPUTER, FLIGHT CONTROL
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to award a sole source contract for the repair of a flight control computer specifically for H-1 aircraft. The procurement involves the repair of one unit of the flight control computer (NIIN: 015825365, Part Number: 449-005-100-105), with PUI being the Original Equipment Manufacturer and the only known source for this service, as the Government lacks the necessary data for competitive procurement. This contract is crucial for maintaining the operational capabilities of the H-1 aircraft, and the solicitation is expected to follow FAR Part 15, with an anticipated award date in March 2026. Interested parties may submit capability statements within 45 days of the presolicitation notice, and inquiries can be directed to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil.