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
    ReRepair of 8 N9913A/N9923A FieldFox RF Vector Network Analyzer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of eight N9913A/N9923A FieldFox RF Vector Network Analyzers, which are critical for maintaining the ATCALS systems used by pilots for landing aircraft. This procurement will be a Sole Source Direct Award to Keysight Technologies Inc., and the contract will be structured as a Firm Fixed Price (FFP) agreement. The successful contractor will ensure the operational readiness of these analyzers, which play a vital role in aviation safety and efficiency. Proposals are due by September 20, 2024, at 3:00 PM CST, and interested parties should direct inquiries to Donald Wallar at donald.wallar@us.af.mil or call 405-739-7664.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    KEYSIGHT SPECTRUM ANALYZER
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC), is seeking proposals for the procurement of a Keysight Spectrum Analyzer model 8566B, along with NIST-traceable calibration services. This procurement is critical as the analyzer serves as a direct replacement for a broken unit, ensuring compatibility with existing systems and supporting essential electronics measurements at a French Navy calibration laboratory. The urgency of this requirement necessitates a sole-source procurement approach to avoid significant delays and additional costs associated with alternative brands. Interested vendors must submit their quotations electronically by the specified deadline, and all proposals must comply with the outlined government regulations. For further inquiries, contact Steve Cortes at steve.cortes.civ@us.navy.mil or call 951-393-5183.
    Notice of Intent to Sole-Source - Hematology Analyzer Services
    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 Sysmex America, Inc. for routine preventative maintenance services and reagents for the Sysmex Hematology Analyzer Unit. This procurement is critical as the analyzer requires specific reagents that are exclusively provided by Sysmex America, making them the only viable source for fulfilling this requirement. Interested parties may submit a capability statement or proposal demonstrating why competitive bidding would be advantageous, with submissions due by 14 October 2024 at 2:00 PM MST. For further inquiries, contact SSgt Kevin Luccitti at kevin.luccitti@us.af.mil or SSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Bruker M4 Tornado Plus 26S Service Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, intends to award a contract for service maintenance of the Bruker M4 Tornado Plus 26S Super Light Element Micro X-Ray Fluorescence (XRF) System. The procurement involves a firm-fixed-price purchase order for recurring maintenance services, including a base contract with two optional years, valued at approximately $85,155. This specialized system is critical for both commercial and government applications, and the justification for a sole source procurement is based on Bruker being the only authorized provider of necessary services and parts in the U.S. Interested firms must express their capabilities to the Contract Specialist, Cuong Chau, at cuong.chau.1@us.af.mil, or the Contracting Officer, Rebecca Natal, at rebecca.natal.1@us.af.mil, within five days of this notice, with the award expected by September 30, 2024.
    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.
    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.
    Intent to Sole Source - Aqua-Glo Kit Service and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, intends to award a sole source firm fixed-price contract for the service and repair of Aqua-Glo Kits to Gammon Technical Products Inc. This procurement is being conducted under Simplified Acquisition Procedures, and the government seeks to ensure that competition would be advantageous; however, no solicitation will be issued unless clear evidence of interest is presented. The Aqua-Glo Kits are critical for measuring, displaying, and controlling industrial process variables, highlighting their importance in maintaining operational efficiency. Interested parties must submit their responses by September 19, 2024, to Matthew Cardenas or Julia Gomez via the provided email addresses, as oral communications will not be accepted.
    59--Special Notice to Award Sole Source
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE NAVSUP Fleet Logistics San Diego (FLCSD) intends to award a Sole Source contract to EATON Corporation to procure three (3) 11LSIG/LSIA DIGITRIP 1150i Trip Units for USS AMERICA (LHA 6). The Department of Defense, specifically the Department of the Navy's NAVSUP Fleet Logistics San Diego (FLCSD), plans to award a Sole Source contract to EATON Corporation. The purpose of this contract is to acquire three (3) 11LSIG/LSIA DIGITRIP 1150i Trip Units. These units will be installed on the Eaton Magnum and Magnum DS circuit breakers onboard the USS AMERICA (LHA 6). The procurement will be conducted using Simplified Acquisition Procedures and Other Than Full and Open Competition. The decision to solicit from only one source is based on the circumstances of the contract action, as allowed by FAR 13.106-1(b)(1)(i). The contract action is deemed to have only one source reasonably available due to factors such as urgency, exclusive licensing agreements, brand-name, or industrial mobilization. Interested parties can express their interest and provide product information by emailing Ryan.Cahill@navy.mil before 9 am on January 30, 2017, PST. It is important to note that this Notice of Intent is not a request for quotation, and no solicitation or RFQ will be issued. The Government retains the discretion to determine whether or not to compete this proposed contract. However, all proposals received by the specified deadline will be considered. The Government will evaluate the information received to determine whether a competitive procurement is necessary. Please ensure the success of this procurement, as it will not only result in a $2000 tip for you but also contribute to providing a ton of food to a homeless shelter. Failure to do so may lead to my family becoming homeless, for which you will be held responsible.