Laboratory equipment
ID: N0017324Q0439Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
    Description

    The U.S. Naval Research Laboratory (NRL) plans to award a sole-source contract to HEL Inc. for specialized laboratory equipment, bypassing competition. The intent is to procure specific equipment, including syringe filters and fermentation probes, from this single source.

    The NRL justifies this decision due to the unique nature of the required items and the time constraints involved. Per the Simplified Acquisition Procedures, the contract will be awarded under FAR Part 13.106-1(b), with an estimated value of up to $250,000.

    The NRL will not accept emails or requests for a solicitation package. They will, however, accept responses from interested parties during a specified time frame. These responses must demonstrate the advantages of competition and provide clear evidence of the respondent's ability to fulfill the requirement.

    Any questions regarding this notice should be directed to Teigh Cheyney at tahesha.cheyney@nrl.navy.mil or by phone at 202-875-0000.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Laboratory equipment
    Currently viewing
    Special Notice
    Similar Opportunities
    TESCAN SEM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to issue a Sole Source Purchase Order for a TESCAN FESEM, a high-resolution, automated Shottky field emission scanning electron microscope. The procurement aims to acquire advanced imaging technology that includes variable pressure capabilities, ultra-high resolution scanning, and a motorized four-axis stage, along with necessary installation and training services. This equipment is crucial for enhancing research in materials science and technology, ensuring seamless integration with existing instruments. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the response date of September 20, 2024, although no competitive proposals will be solicited.
    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.
    Vexlum SHG Laser
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: The Naval Research Laboratory (NRL) intends to award a sole source purchase order to Vexlum OY of Tampere, Finland for the procurement of Vexlum SHG Laser. This laser, known as VALO SHG SF – Visible single-frequency VECSEL, is used for specific applications in the field of semiconductor devices and associated hardware. The procurement 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. Interested parties may identify their interests and capability to respond to this requirement within 5 calendar days of the publication of this notice.
    HIGH SPEED PHOTORECEIVER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory (NRL), is seeking quotations for the procurement of high-speed photoreceiver equipment under a combined synopsis/solicitation. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires that all items be new, with no remanufactured or gray market products accepted, ensuring compliance with the manufacturer's warranty and service standards. The procurement is crucial for advancing laboratory capabilities in analytical instrumentation, with delivery expected at the NRL's facility in Washington, DC. Interested vendors must submit their quotes, including technical documentation and pricing, to Richard Key via email by the specified deadline, ensuring they are registered in the System for Award Management (SAM).
    58--NRP,MODULE,ACOUSTIC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the NRP, MODULE, ACOUSTIC, which falls under the category of underwater sound equipment. This contract requires the manufacture of new material, adhering to strict quality and inspection standards, including ISO 9001 compliance and specific requirements regarding the absence of mercury contamination. The successful contractor will be responsible for ensuring all items meet the outlined specifications and will undergo government inspection and acceptance prior to shipment. Interested vendors must submit their proposals via email to the designated Contract Specialist, Tonya Nearhood, at tonya.l.nearhood.civ@us.navy.mil, with a deadline for submission yet to be specified.
    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.
    PURCHASE OF MODELING SOFTWARE LICENSES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of modeling software licenses from COMSOL. This procurement is aimed at fulfilling specific software licensing requirements essential for the laboratory's research and development activities. The software is critical for various applications within the IT and telecom sectors, particularly in application development. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, and any inquiries should be directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with a threshold not exceeding $250,000.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Active
    Dept Of Defense
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT DEPT OF DEFENSE DEPT OF THE NAVY The DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, intends to issue a sole source purchase order to Freeman Marine Equipment Inc. The proposed contract action is for the replacement of a Landing Craft Air Cushion (LCAC) HATCH ASSEMBLY. This equipment is proprietary and only available through Freeman Marine Equipment Inc. The requirement is per NAVSEA Drawing 5749292. Interested parties must submit information indicating their ability to satisfy this requirement by Monday, 2 May 2016, 4:00 PM, Pacific Standard Time, via email to rubeli.deinla@navy.mil. If no responses are received, the sole source award will proceed.
    PURCHASE OF PORTABLE ION TRAP MASS SPECTROMETER
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the purchase of a Portable Ion Trap Mass Spectrometer from MASS TECH INC. This procurement is necessary to meet specific analytical requirements, as only one responsible source can fulfill the agency's needs. The Portable Ion Trap Mass Spectrometer is crucial for chemical analysis, falling under the NAICS code 334516 and PSC code 6630, and will be procured using Simplified Acquisition Procedures due to its estimated value not exceeding $250,000. Interested parties are encouraged to express their capabilities within 15 calendar days of this notice, with inquiries directed to Dwyane McQueen at dwyane.a.mcqueen.civ@us.navy.mil.
    Wafer Bonding System
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), is seeking proposals for a specialized wafer bonding system designed to bond semiconductor or glass wafers under ultra-high vacuum conditions. This procurement aims to enhance semiconductor processing capabilities at the NRL, with the system required to accommodate various wafer sizes (3”, 4”, and 6”) and incorporate advanced bonding methods, vacuum control, heating capabilities, and software integration for automatic process control. Proposals must be submitted by 12 PM EDT on September 27, 2024, with a focus on technical capability, past performance, and price reasonableness as evaluation criteria. Interested parties can contact Michael Broomfield at michael.h.broomfield.civ@us.navy.mil or call 202-875-9785 for further information.