Serv C25-004 Leica Probe Repair Synopsis
ID: FA812525Q0033Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Leica T-Probes, which are critical for calibrating fixtures used with Leica Laser Trackers. The contract aims to service and restore these probes, with a delivery timeline set from March 7, 2025, to June 6, 2025, under the Women-Owned Small Business (WOSB) Program. Hexagon Manufacturing Intelligence has been identified as the sole manufacturer capable of performing these repairs, following extensive market research that indicated no other vendors could meet the requirements. Interested contractors should reach out to Sondra Callaway at Sondra.Callaway@us.af.mil or Sheridan Robison at Sheridan.robison@us.af.mil for further details and to ensure compliance with the outlined acquisition clauses and submission deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Sole Source Justification for the repair of a Leica T-Probe, crucial for calibrating fixtures used with Leica Laser Trackers. The probe was found to be damaged and requires repair to function properly. Hexagon Manufacturing Intelligence is identified as the sole manufacturer and service provider capable of conducting these repairs. Market research was conducted through various databases (DSBS, SAM) and no other vendors were responsive to the GSA RFQ # RFQ1734614 for such services. It was concluded that proceeding with a sole source acquisition from Hexagon is in the government's best interest. The document emphasizes ongoing efforts to foster a competitive environment for future contracts to minimize sole source scenarios. The conclusion aligns with FAR 13.106-1(b)(1), confirming the necessity of this procurement action based on extensive market research.
    This document outlines the solicitation for a contract to service and repair Leica T-Probes for the U.S. federal government, specifically under the Women-Owned Small Business (WOSB) Program. It details the requisition number, submission deadlines, contact information, and specific requirements outlined in the Performance Work Statement (PWS). The contract specifies that the delivery is expected from March 7, 2025, to June 6, 2025. According to federal regulations, the contractor must comply with various acquisition clauses, including those related to small business participation, non-discrimination, and safety standards during service execution. The document emphasizes that contractors must follow stringent guidelines, including specific delivery procedures to Tinker Air Force Base and regulations regarding hazardous materials. Overall, it serves as a formal request for proposals, aiming to encourage qualified women-owned businesses to participate in servicing government contracts while outlining necessary qualifications and responsibilities.
    The document outlines a government Request for Proposal (RFP) for the one-time repair of a Leica T-Probe for the Oklahoma City–Air Logistics Complex (OC-ALC). It specifies that the selected contractor must provide all necessary labor, tools, and materials to complete the repair at an off-site facility. The contractor must use new parts unless otherwise authorized and must be authorized to work on Hexigon Leica Probes. Special provisions require the identification of long lead items exceeding five business days, with necessary documentation provided to the Government Project Officer (GPOC). The emphasis is on adherence to OEM specifications and the inclusion of quality control measures throughout the repair process, ensuring compliance with the defined terms and conditions. This RFP illustrates the government's commitment to maintaining operational efficiency and safety through proper equipment repair and adherence to specified standards.
    Lifecycle
    Title
    Type
    Solicitation
    Sources Sought
    Similar Opportunities
    DuraScan 70 Micro Hardness Tester
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Businesses (WOSB) for the procurement of a DuraScan 70 G5 Micro Hardness Tester and associated services, under solicitation number FA857125Q0039. The contract requires the delivery of the hardness testing machine, along with necessary accessories, installation, training, and annual maintenance, all to be completed within specified timelines, including a 30-day delivery window and installation within a week thereafter. This equipment is critical for ensuring precise hardness testing capabilities at Robins Air Force Base in Georgia, supporting the operational readiness of the 402d 802 Maintenance Group. Interested vendors should contact Joshua Sharpe at joshua.sharpe.6@us.af.mil or call 478-222-5109 for further details, with proposals due by February 21, 2025.
    Air Force Civil Engineering Center Mobile Land Survey Equipment
    Buyer not available
    The Department of the Air Force is seeking market capabilities for mobile land survey equipment through a Sources Sought Notice. The Air Force specifically requests firms that can provide Lecia Geosystems equipment, such as the RTC 360 3D laser scanner and BLK2GO handheld LiDAR scanners, or equivalent devices with similar functionalities. This initiative is crucial for enhancing surveying capabilities and aligns with NAICS 334519 for measuring and controlling device manufacturing. Interested contractors must register with the System for Award Management (SAM) and submit a capability statement by February 27, 2025, addressing specific questions regarding their business and equipment compatibility. For further inquiries, contact Tucker Januchowski at tucker.januchowski@us.af.mil or Nicole Dean at nicole.dean.2@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.
    Leica Hardware & Software Maintenance Plans
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Leica Hardware & Software Maintenance Plans through a presolicitation notice. The procurement aims to ensure the ongoing maintenance and support of Leica hardware and software systems, which are critical for various engineering and operational functions within the Army. These maintenance plans are essential for maintaining the reliability and efficiency of the Army's technological assets. Interested vendors should direct their inquiries to Deyonna R Poke at Cerl-CT-Quotes@usace.army.mil for further details regarding the submission process and any upcoming deadlines.
    Advance Control Tester (ACT) II Repair
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for a five-year contract to repair the Advanced Control Tester II (ACT), a critical device used for testing the Digital Electronic Engine Control (DEEC) of Pratt and Whitney F100 engines utilized in the F-15 and F-16 aircraft. The procurement involves teardown, evaluation, and uniquely negotiated repairs, with the understanding that the USAF lacks the technical data for repairs but can obtain necessary licensing from Collins Aerospace. This acquisition is vital for maintaining the operational readiness of the aircraft systems, and interested vendors must submit their proposals by February 24, 2025, ensuring compliance with the Buy American Act and other relevant regulations. For further inquiries, vendors can contact Alison Amerson at alison.amerson@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil.
    49--BORESIGHTING EQUIPM, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of boresighting equipment. Contractors are required to submit quotes that include either a firm-fixed price or not-to-exceed pricing, along with estimated repair costs for the specified equipment, which is critical for maintaining operational readiness in military applications. The submission deadline for proposals has been extended to March 20, 2025, and interested parties can direct inquiries to Alyssa Thieu at 215-697-0169 or via email at alyssa.t.thieu.civ@us.navy.mil. This procurement does not have a set-aside for small businesses, and all terms and conditions of the existing blanket purchase agreement will apply.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    Automatic Tap Testers
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of two automatic tap testers under solicitation number FA812525Q0002. These handheld devices, which must weigh no more than 1.5 lbs and be battery-powered, are essential for detecting disbonding, damage, or delamination in honeycomb sandwiched materials with panel thicknesses up to 5 mm, and they must include features such as a digital XY plotter for defect mapping and a durable protective case. The contract is set aside for small businesses, with a firm-fixed price structure, requiring delivery to Tinker Air Force Base in Oklahoma by December 6, 2024. Interested vendors should direct inquiries to Linsey Laird or Jason Shirazi via email and ensure compliance with all specified regulations and submission requirements outlined in the solicitation documents.
    49--AUTOCOLLIMATOR ASSE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of an autocollimator, identified by NSN 7R-4920-015750494-QE and reference number T6551941-1, with a quantity of one unit required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, which mandates that only approved sources may be considered for the contract, as they possess the unique design capabilities and technical data essential for maintaining the quality of the part. Interested parties must submit their proposals along with the required source approval documentation within 45 days of this notice, and can direct inquiries to Shannon K. Fitzgerald at (215) 697-3638 or via email at SHANNON.K.FITZGERALD@NAVY.MIL.
    Repair services for the CRC TPS-75 program NSN 5840-01-538-6564
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the CRC TPS-75 program, identified by NSN 5840-01-538-6564. The procurement aims to ensure the maintenance and operational readiness of electronic and precision equipment, which is critical for defense operations. The services will fall under the NAICS code 811210, focusing on the repair and maintenance of electrical and electronic equipment components. Interested parties should reach out to Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, as the presolicitation notice indicates that proposals will be evaluated based on qualifications and past performance.