1-Year Tescan Service Agreement for Scanning Electron Microscope
ID: N00173-25-Q-1301246869Type: Special Notice
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for a 1-Year Service Agreement for a Mira3 XMH Scanning Electron Microscope to TESCAN USA, Inc. This procurement is aimed at ensuring the maintenance and operational efficiency of specialized scientific equipment essential for research applications within the laboratory. The service agreement will cover various technical components and systems, including motorized systems, vacuum technologies, and performance hardware, which are critical for advanced scientific research. Interested parties may express their capability to meet this requirement by contacting Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or by phone at 202-875-9579, referencing Notice of Intent number N00173-25-Q-1301246869. The procurement will utilize Simplified Acquisition Procedures under FAR Part 13.106-1(b), with no solicitation package available.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a schedule of supplies required for a procurement process, likely associated with a government RFP or grant initiative. It includes a list of technical equipment and components categorized by type, each specified with a quantity of one. The items indicated are specialized tools used in various scientific and research applications, including motorized systems (MIRA-3 XMH, motorized retractable scintillator), vacuum technologies (scroll and turbomolecular pumps), and performance hardware (high-performance PC for G4). Additionally, there are options for decontamination and anti-vibration systems aimed at enhancing operational efficiency. This list suggests a focus on acquiring advanced technology for scientific research, possibly entailing compliance with federal or state requirements for quality and safety standards. Overall, the document signifies an organized approach to facilitate procurement in support of a specific scientific project or operational need within government frameworks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NOTICE OF INTENT TO SOLE SOURCE TO THERMO ELECTRON NORTH AMERICA LLC
    Buyer not available
    The Department of Defense, through the Naval Information Warfare Center Pacific (NIWC Pacific), intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Thermo Electron North America LLC for the maintenance and support of an Element XR High Resolution Inductively Coupled Mass Spectrometer (HR-ICP-MS). The procurement includes corrective maintenance services, priority technical support, and access to certified service engineers, ensuring the equipment remains operational and efficient. This service is critical for maintaining laboratory capabilities within the Department of the Navy, emphasizing the importance of reliable and timely support for specialized scientific equipment. Interested parties may submit their capability statements or inquiries to Trinity Anglo via email by June 17, 2025, referencing N66001-25-Q-6235, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    SOLE SOURCE – C-SCAN MAINTENANCE AGREEMENT
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole source contract for a Preventative Maintenance Agreement on the C-Scan Machine utilized by the Airborne Electronic Attack Systems Division. This contract will cover essential maintenance services, including preventative maintenance visits, emergency repairs, and comprehensive support for the SDI-5750 C-Scan Machine, which is critical for the repair of Navy assets. The procurement is directed towards Structural Diagnostics, Inc., with a solicitation period from June 13, 2025, to June 17, 2025, at 1:00 PM Eastern Time, and interested vendors are encouraged to submit capability statements to the primary contact, Danielle Richardson, at danielle.n.richardson12.civ@us.navy.mil.
    Services for chillers, transformers and compressors
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source purchase order for maintenance services related to chillers, transformers, and compressors. The procurement aims to secure maintenance and service directly from the manufacturer, FEI Company, to ensure the continued operation of the NEXSA XPS system, as only the manufacturer can provide the necessary qualified technical support. This opportunity falls under the NAICS code 811210 and utilizes Simplified Acquisition Procedures in accordance with FAR Part 13.106-1(b), with a purchase threshold not exceeding $250,000. Interested parties may express their capabilities and interest by contacting Teigh Cheyney at tahesha.cheyney@nrl.navy.mil or by phone at 202-875-0000, referencing Notice of Intent number N0017325Q-1301234702.
    SOLE SOURCE –TRION PHANTOM III SYSTEM MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for the maintenance of the Trion Phantom III Etch System, with a focus on ensuring operational efficiency and compliance with safety standards. This sole-source contract will be negotiated exclusively with Trion Technology, Inc., the original equipment manufacturer, due to the specialized knowledge and proprietary parts required for effective maintenance and repair. The contract encompasses a 12-month service period, including parts, labor, system upgrades, and scheduled preventative maintenance visits, which are critical for ongoing defense operations. Interested vendors must submit capability statements by June 23, 2025, and can direct inquiries to Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil.
    Maintenance Agreement for JEM-1400 Microscope
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a qualified vendor to provide a maintenance agreement for the JEM-1400 Microscope and its associated components. The contract will cover a one-year service agreement, including routine and preventative maintenance, emergency visits, and technical support, ensuring the microscope operates reliably and meets specifications. This procurement is critical for maintaining the functionality of essential laboratory equipment used in research, with the contract expected to be awarded to JEOL USA Inc., the sole authorized service provider for this equipment in the U.S. Interested vendors must submit their quotations by June 17, 2025, to Tina Robinson at robinsti@mail.nih.gov, referencing solicitation number 75N94025Q00074.
    Procure focal arrays
    Buyer not available
    The Department of Defense, specifically the Naval Research Laboratory (NRL), intends to award a sole source purchase order to Teledyne Judson Technologies for the procurement of focal arrays. This acquisition is critical for the NRL's research and development efforts, as focal arrays are essential components in various analytical laboratory instruments. The procurement will be conducted under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities by the closing date of June 19, 2025, at 0800 hours. For inquiries, please reference Notice of Intent number N00173-25-Q-1301262113 in correspondence.
    Maintenance Service Contract, High-throughput Sequencing Sys
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole source maintenance service contract for two Illumina MiSeq high-throughput sequencing systems. This contract will cover a base year and two option years, ensuring full maintenance support, including parts, labor, travel, and remote technical assistance, which is critical for ongoing research in genomics and bioinformatics. The unique qualifications of Illumina, Inc. as the original equipment manufacturer necessitate this non-competitive procurement, as market research indicates no alternative service providers are available. Interested vendors must be registered with the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Stephanie Gray at stephanie.r.gray4.civ@health.mil for further inquiries.
    Maintenance Service for Silver Support Plan for MiSeq Instruments and MiSeq 100 Advance Exchange Support Plan
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center (NMRC), is seeking to enter into a sole-source contract with Illumina, Inc. for a maintenance service agreement for their MiSeq instruments, specifically the Silver Support Plan and the MiSeq 100 Advance Exchange Support Plan. This procurement is critical to maintain high-throughput sequencing workflows essential for the NMRC's research and biosurveillance initiatives, as only certified technicians from Illumina are authorized to perform the necessary maintenance and repairs on this specialized equipment. The total contract value is estimated at $21,160, with a base period of performance of 12 months and two option years. Interested parties may submit capability statements to the primary contact, Shamai Carter, at shamai.m.carter.civ@health.mil, or the secondary contact, Deborah Sharpe, at deborah.m.sharpe2.civ@health.mil, and must be registered with the Systems for Award Management (SAM) to be eligible for the award.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    Optomec 12 Month Service Agreement
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, intends to negotiate a sole source contract with Optomec, Inc. for a 12-month service agreement related to their LENS CS800 Directed Energy Deposition Additive Manufacturing system. This contract will encompass maintenance parts, software licenses, and telephonic technical support, as Optomec is the only distributor capable of fulfilling these specific requirements. The procurement is critical for maintaining operational capabilities in advanced manufacturing processes, and interested parties may submit responses within fifteen days of this notice. For further inquiries, contact Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil or call 732-323-4643.