Notice of Intent to Award Sole Source
ID: W50S7E-24-Q-0012Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7NG USPFO ACTIVITY MNANG 133SAINT PAUL, MN, 55111-4112, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
    Description

    Notice of Intent to Award Sole Source DEPT OF DEFENSE DEPT OF THE ARMY

    The Department of Defense, specifically the Department of the Army, intends to award a sole source Purchase Order with Fluke Electronics for service and calibration on eighteen (18) Fluke Electronic DSX-8000 Cable Analyzer. This service includes diagnostics checks, cleaning, and instrument calibration to ensure full operational conditions, as well as any required repair parts and shipping costs. The testers will also be updated with a one-year serviceability period. The 133rd Minnesota Air National Guard (MNANG) has determined that this requirement is a Sole Source requirement.

    The Fluke Electronic DSX-8000 Cable Analyzer is used for measuring and testing electricity and electrical signals. It is an instrument manufacturing product that is essential for ensuring the proper functioning and performance of electrical systems.

    If your company can provide service and calibration of Fluke Electronics DSX-8000 Cable Analyzer in accordance with Fluke factory guidelines, please contact Lt Col Ann Feist via email at ann.feist.1@us.af.mil to participate in the bidding process.

    The intent is to award a Firm Fixed Price Purchase Order for this procurement. For any questions, please contact Lt Col Ann Feist via email at ann.feist.1@us.af.mil.

    Point(s) of Contact
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the 341st Contracting Squadron at Malmstrom Air Force Base in Montana, intends to award a sole-source contract to Ortho Clinical Diagnostics. The contract relates to the maintenance and support of the Chemistry Analyzer machine used by the 341st Medical Group. Ortho Clinical Diagnostics is the original equipment manufacturer and the only source capable of providing the required services, as patented technologies and access requirements make competition difficult. The contract includes preventive maintenance, administrative support, and the supply of reagents, controls, and calibrators, along with the transfer of ownership of the current chemistry analyzer. The period of performance spans five years, with a base period of one year and three optional one-year extensions. This notice is not a request for competitive offers, but all responsible parties may submit a quote or capability statement. The government will consider any responses received by the deadline, which is 9 August 2024 at 2:00 PM MST. For more information, contact Karen Broughton, Contract Specialist, at karen.broughton@us.af.mil.
    Notice of Intent to Sole Source
    Active
    Dept Of Defense
    Notice of Intent to Sole Source DEPT OF DEFENSE DEPT OF THE ARMY The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the procurement of Communications Security Equipment and Components. This service/item is typically used for ensuring secure communication within military operations. The procurement will be fulfilled by Carahsoft, located at 11493 Sunset Hills Road, Suite 100, Reston, VA 20190. The place of performance for this contract is Fort Eisenhower, GA, with a period of performance from April 24, 2024, through April 23, 2025. The government has determined that Carahsoft is the only responsible source for this requirement, and therefore, a competitive solicitation will not be issued. The procurement will be conducted under Simplified Acquisition Procedures in FAR part 13 and Commercial procedures in FAR part 12. Interested concerns must provide clear and convincing evidence that competition for this requirement would be advantageous to the government. If no affirmative written responses are received by 7:00 am on November 15, 2023, the contract will be awarded without further notice. Oral communications will not be accepted. Please note that this notice is not a request for competitive proposals. The government's decision not to compete this requirement is solely within its discretion.
    Notice of Intent To Award ACAST SYSTEM Sole Source
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the Altitude Combined Aircrew Systems Tester – High Altitude (ACAST-HA) to Chemring Energetics, located in Downers Grove, Illinois. This specialized equipment serves as an accessory to the JCAST, providing essential functionality for Pressure Breathing at Altitude (PBA) testing of specific Regulated Connectors used in Air Force operations. The ACAST-HA is critical for ensuring the operational readiness of the F-22 Mission Designed Series, as it is the only approved tester for this purpose. Interested parties can reach out to William Gentry at william.gentry.8@us.af.mil or Daniel Swoyer at daniel.swoyer.1@us.af.mil for further inquiries.
    NOTICE OF INTENT TO AWARD: Sole Source, Adapt Laser Systems LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the 673d Contracting Squadron at Joint Base Elmendorf-Richardson in Alaska, intends to award a sole source contract to Adapt Laser Systems LLC for training and maintenance services related to a CL1000 High Power Handheld Laser Ablation System. This procurement is critical as it involves specialized services that can only be provided by the authorized service provider due to the proprietary nature of the equipment. The government has determined that this sole source award is justified under FAR 6.302-1, and interested parties may submit proposals for consideration before the deadline of 2:00 PM AKDT on September 13, 2024. For inquiries, potential bidders can contact SSgt Nimma Thorne at nimma.thorne@us.af.mil or Mr. Zachery Pullen at zachery.pullen.1@us.af.mil.
    Notice of Intent to Sole Source -PHOENIX LIDAR SYSTEMS LLC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to Phoenix Lidar Systems LLC for the procurement of a miniRANGER-3 LITE system, complete with software and accessories, for the 802 Civil Engineering Squadron. This specialized equipment is crucial for search, detection, navigation, and guidance applications, particularly in unmanned aircraft operations. The government is soliciting interest from other potential suppliers, but market research indicates that Phoenix Lidar Systems LLC is the only qualified source capable of fulfilling the requirements. Interested parties may submit their quotes by September 11, 2024, at 12:00 PM CST, and should direct inquiries to Bismark Badu at bismark.badu.3@us.af.mil or call 210-671-1727.
    Intent to Sole Source CT-40 Purchase to CSECO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, intends to award a sole source contract for the purchase of two CT-40 Contraband Team Inspection Kits from CSECO. This procurement is essential for enhancing contraband detection capabilities, as the kits include specialized tools such as the K910G Density Meter and V20 Videoscope, which are critical for safely executing search warrants and identifying hazardous materials. The CSECO kits are recognized for their effectiveness and are endorsed by law enforcement agencies, underscoring their importance in counterdrug efforts. Interested parties must submit their interest and capability to the contracting officer, Otha Henderson, by September 9, 2024, at 0700 AM (Mountain Time), to be considered for this procurement.
    Notice of Intent to Award Sole Source - SeaTrax Slew Gearbox
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers - St. Paul District intends to award a sole source contract for the acquisition of one slew gearbox, part number 20221, specifically for a SeaTrax S9022 Lattice Boom Crane, to SeaTrax Inc. This procurement is justified under 41 U.S.C. 1901(a)(1) and FAR 13.106-1, as SeaTrax Inc. is the exclusive provider of the original equipment manufacturer (OEM) parts necessary for ensuring compatibility and optimal performance of the equipment. The contract action is critical for maintaining operational efficiency and reliability of the crane, and no competitive proposals or quotes will be solicited. Interested parties must submit written notifications to the Contracting Officer, John Riederer, by September 9, 2024, at 10:00 CDT, to be considered for this opportunity.
    Calibration of Electrical Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors to provide calibration services for electrical equipment used by the 249th Engineering Battalion at Fort Leonard Wood, Missouri. The procurement aims to establish a Firm Fixed Price contract for a one-year period, with four optional extensions, focusing on the calibration and repair of various electrical test equipment, which is critical for training Army and Navy personnel in utility-grade power systems. Interested vendors, particularly small businesses, are encouraged to submit capability statements detailing their experience, resources, and ability to meet the requirements outlined in the draft Performance Work Statement (PWS), with responses due by 3:00 PM EST on August 28, 2023. For further inquiries, interested parties may contact David Williams at david.a.williams@usace.army.mil.
    Intent to Sole Source - Haas Performance Assurance Services AVCRAD
    Active
    Dept Of Defense
    The Department of Defense, specifically the Missouri Aviation Classification Repair Activity Depot (MO AVCRAD), intends to award a sole source contract for Performance Assurance (PA) services for four Haas brand metalworking machines located in Springfield, Missouri. The procurement aims to ensure that the contractor, Phillips Corporation Inc., who holds exclusive distribution rights for Haas CNC Machine Tools, provides necessary maintenance and support services as outlined in the Performance Work Statement (PWS). These services are critical for maintaining operational efficiency and compliance with safety regulations for the metalworking machinery used by the government. Interested parties may submit quotes via email to the primary contacts, Douglas Young and Stephen Miller, by 3:00 p.m. Central Daylight Time on September 19, 2024, with the contract being conducted under FAR Part 13 guidelines.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.