PM and Repair Services: TESCAN Vega-3 Scanning Electron Microscope
ID: N68520-25-NORFP-KN00000-0148Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Fleet Readiness Center Southwest, intends to award a sole source contract to TESCAN USA, Inc. for preventive maintenance and emergency repair services of a TESCAN Vega-3 Scanning Electron Microscope located in San Diego, California. The procurement aims to ensure that the government-owned equipment remains operational and meets specific technical requirements, necessitating the use of factory-trained service engineers familiar with the equipment. This contract will cover a base year with four optional years, emphasizing the importance of timely preventive maintenance inspections and emergency repairs to maintain critical laboratory capabilities. Interested vendors may submit capability statements to Sean Quigley at sean.s.quigley.civ@us.navy.mil within two calendar days of this notice for consideration in determining whether a competitive procurement will be pursued.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 8:05 PM UTC
The document outlines a Request for Quotations (RFQ) from the Fleet Readiness Center Southwest for preventive maintenance and emergency repair services of a Tescan Vega-3 XMU Scanning Electron Microscope. The scope includes on-site and on-call services for the equipment, which is government-owned and located in San Diego, CA. Vendors must be knowledgeable about the equipment and use factory-trained service engineers to ensure compliance with technical specifications. The contract consists of a base year and four optional years, with specific provisions for preventive maintenance inspections and emergency repairs mandated within defined timelines. The vendor is responsible for all costs related to travel, labor, equipment, and replacement parts while adhering to government regulations regarding invoicing and base access. Deliverables include a Field Service Report documenting service activities, and the contractor must provide warranties for replaced parts. The document serves as a formal solicitation to ensure reliable service for critical laboratory equipment, emphasizing the government's commitment to maintaining and securing technological resources effectively and efficiently. The structured approach ensures transparency and compliance with federal contracting practices.
Apr 7, 2025, 8:05 PM UTC
Lifecycle
Title
Type
Special Notice
Similar Opportunities
SOLE SOURCE – Variomill Service Contract
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking a service contract for the maintenance and repair of VarioMill equipment, with a focus on engaging Women-Owned Small Businesses (WOSB). The procurement is a sole source contract with Varioscale, INC, which holds proprietary rights and possesses the necessary technical expertise and parts for timely repairs. This service agreement is critical for ensuring the operational readiness of the equipment, and interested vendors are encouraged to submit capability statements by the closing date of April 30, 2025, at 4:00 PM Eastern Time. For further inquiries, vendors may contact Chris Jones at christopher.m.jones405.civ@us.navy.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.
J065--DynaCAD and UroNav Fusion Biopsy Equipment
Buyer not available
The Department of Veterans Affairs (VA) intends to negotiate a sole-source contract for a service maintenance agreement for DynaCAD and UroNAV Fusion Biopsy Equipment, specifically with Philips Medical Systems. This procurement is justified under Simplified Acquisition Procedures, citing FAR 6.302-1, which allows for a sole source when only one supplier can meet the agency's requirements. The maintenance of this specialized medical equipment is critical for ensuring reliable service in the VA's healthcare facilities. Interested parties may submit capability statements to demonstrate their qualifications by April 29, 2025, at 2 PM EST, via email to Contracting Officer Chad Kemper at chad.kemper@va.gov; however, the government will not compensate for submissions and retains discretion over the competition process.
Preventative and Scheduled Service for DMG Mori Machines
Buyer not available
The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW), is seeking proposals for preventative and scheduled maintenance services for eighteen DMG Mori machines located in San Diego, California. The contract will encompass preventative maintenance, emergent repairs, and scheduled service, adhering to the Original Equipment Manufacturer (OEM) standards to ensure optimal functionality of the equipment. This procurement is critical for maintaining the operational efficiency of military assets, with a contract type of Firm Fixed Price (FFP) expected to be awarded by December 9, 2024, at 4:00 PM EST. Interested vendors must submit their proposals via DoD Safe and can direct inquiries to Amanda Taylor or Tiffany Crayle at the provided email addresses.
J--Services to repair, Mitsui Seiki Horizontal Machining System.
Buyer not available
Special Notice: DEPT OF DEFENSE, DEPT OF THE NAVY intends to issue a sole source order to Mitsui Seiki (USA) Inc. for services to repair a Mitsui Seiki Horizontal Machining System. This system is used by the Fleet Readiness Center-Southwest in San Diego, CA. Interested parties must submit their ability to satisfy this requirement via email by Friday, 29 April 2016 at 1:00 PM (PST). The North America Industry Classification System Code is 811310 and the applicable business size is $7.5 million. Mandatory terms and conditions of Federal Acquisition Regulation FAR and DFAR clause will apply to the anticipated award wherever applicable.
Microwave Power Amplifier Repair
Buyer not available
The Department of Defense, through the Fleet Readiness Center, intends to award a sole-source contract for the repair of a Spanawave GT-1000B microwave amplifier to Liberty Test Equipment Inc., the original equipment manufacturer. This procurement is essential for maintaining operational readiness, as the amplifier is critical for various defense applications, and Liberty Test Equipment Inc. is the only source capable of providing the necessary repairs due to proprietary rights. Interested parties may submit a capability statement within five calendar days of this notice for consideration, although this is not a request for competitive quotes. For further inquiries, contact LCDR Ryan Cram at ryan.m.cram.mil@us.navy.mil.
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.
AB Assurance Service Contract
Buyer not available
The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole source contract to Life Technologies Corporation for a preventative maintenance service contract known as the "AB Assurance Plan" for two flow cytometry machines. This contract includes one maintenance visit at no charge, remedial repairs, priority technical support, and remote monitoring services, ensuring the optimal performance of the Cytkick autosampler and Attune NxT 4 laser Flow Cytometer. The total estimated funding for the initial year is approximately $18,667.53, with the contract period spanning from June 17, 2025, to June 16, 2026, and includes four option years. Interested parties may submit capability statements to the primary contact, Shamai Carter, at shamai.m.carter.civ@health.mil, or to the secondary contact, Deborah Sharpe, at deborah.m.sharpe2.civ@health.mil.
Sole Source; Detector CXDI-50G Sensor; GTMO, CUBA
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for the procurement of a Detector CXDI-50G Sensor to Siemens Medical Solutions USA, Inc. This contract, classified under NAICS code 334517, will provide a one-time supply of the specified sensor to the U.S. Naval Medical Research Unit in Guantanamo Bay, Cuba, which is critical for medical imaging applications. Interested parties are invited to submit a capabilities statement by 10:00 AM Eastern Standard Time on May 9, 2025, to the designated contacts, Mary Shifflett and Rebecca Brashears, via the provided email addresses, as this notice serves to inform industry of the government's intent and is not a formal solicitation.
J--Rigaku Ultima III X-Ray Diffractometer and Rigaku ZSX Primus II WDXRF Spectrome
Buyer not available
The Department of Energy's National Energy Technology Laboratory (NETL) intends to award a sole source contract to Rigaku Americas Holding, Inc. for annual service agreements related to the Rigaku Ultima III X-Ray Diffractometer and Rigaku ZSX Primus II WDXRF Spectrometer for the period of June 1, 2025, to May 31, 2026. This procurement is essential to ensure priority and expedited repair services for these critical laboratory instruments, which require exact replacement parts and proprietary service procedures that only the original equipment manufacturer can provide. Interested parties who believe they can meet the requirements must submit written evidence of their capabilities to the Contract Specialist, Anissa Beasinger, via email by 3:00 PM ET on May 7, 2025, as this notice is not a request for proposals and the government will determine whether to pursue competitive procurement based on the responses received.