Laser Ablation
ID: W911N225Q0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MATERIALS HANDLING EQUIPMENT (J039)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for maintenance and service of the Clean Laser CL1000 Laser Ablation System at the Letterkenny Army Depot in Pennsylvania. The contract encompasses annual preventive maintenance, emergency and non-emergency repairs, and parts supply, with a focus on ensuring high operational integrity and compliance with quality assurance standards. This procurement is critical for maintaining the functionality of the laser ablation system, which plays a vital role in military operations. Proposals are due by 12:00 PM on November 14, 2024, and interested contractors should contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or call 717-267-8357 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) pertains to a service contract for the Clean Laser CL1000 Laser Ablation System at Letterkenny Army Depot. The contract details the requirements for parts sourcing, servicing, preventative maintenance, and diagnostics over a three-year period, including options for additional years. Services are to be performed biannually and include provisions for emergency repairs and phone support. The contractor is responsible for ensuring compliance with stringent quality assurance standards and health and safety regulations. They must provide qualified personnel, adhere to security protocols, and maintain a clean and safe working environment. Training in various safety and operational protocols is mandatory for all contractor employees. The PWS outlines specific servicing tasks, emergency and non-emergency repair protocols, and the supply of necessary parts, with detailed reporting requirements for all completed actions. The contractor must also coordinate all activities with the LEAD Project Officer. This document serves as a comprehensive guideline for managing the operational integrity of the laser ablation system and ensuring compliance with federal and local regulations, reflecting the government’s commitment to contract oversight and quality performance management.
    This government document outlines essential requirements for prospective contractors seeking federal contracts. Key points include the necessity for Offerors to register in the System for Award Management (SAM) database in compliance with FAR regulations, ensuring registration remains active, and submitting notarized letters for new and renewing registrations. Additionally, Offerors must complete electronic annual representations and certifications through SAM. The document emphasizes that the government intends to award contracts without discussions, urging Offerors to submit their best prices upfront. Offerors are also instructed to provide signed copies of any amendments to avoid proposal rejection. Payment will be conducted through Electronic Funds Transfer via the Defense Finance and Accounting Services. The submission period for offers is specified as 60 calendar days, and FOB Destination pricing is required unless stated otherwise. Furthermore, the document references a specific Wage Determination relevant to the contract. Overall, it serves to guide contractors in compliance with vital procedural steps and requirements in the RFP process.
    The government solicitation (W911N225Q0005) seeks proposals for the provision of services related to the Clean Laser CL1000 Laser Ablation System at Letterkenny Army Depot. The contract includes annual preventive maintenance, non-emergency and emergency unscheduled services, and parts supply, specified under various performance requirements. The deadline for proposal submissions is 12:00 PM on November 14, 2024. The contract is structured as a Firm Fixed Price and includes provisions for option years. Proposals will be evaluated based on technical capabilities, past experience, and price, with a focus on delivering the lowest-priced technically acceptable offer. The solicitation emphasizes the requirement for prior experience with similar systems and technicians' qualifications. Various procurement clauses and guidelines for proposal submission, including adherence to Small Business regulations, and details regarding payment processing via the Wide Area Workflow (WAWF) system, are included. The document serves to establish a formal communication channel between the government and potential contractors, outlining expectations and compliance requirements. This solicitation reflects the government’s objective to ensure high-quality maintenance and service through established standards and procedures.
    Lifecycle
    Title
    Type
    Laser Ablation
    Currently viewing
    Solicitation
    Similar Opportunities
    Lasr Ablation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a service contract involving the Clean Laser CL1000 Laser Ablation System at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes sourcing parts, servicing, annual preventative maintenance, and diagnosing issues related to the laser system, with a contract duration of one base year and two optional years. This contract is crucial for maintaining the operational efficiency and safety of the laser system, which plays a significant role in military operations. The solicitation number W911N2-24-Q-0049 is expected to be released on or about October 14, 2024, with proposals due by November 14, 2024. Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or by phone at 717-267-8357.
    Laboratory Equipment Preventative and Emergency Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center, is seeking a contractor to provide preventative and emergency repair services for laboratory equipment. The contract aims to support the operation of critical test and measurement equipment across various laboratories, including the Environmental Test Laboratory and the Radiography Laboratory, ensuring the equipment's performance and reliability for essential testing processes. This maintenance service is vital for delivering accurate results that support the Army's operational capabilities. Interested parties can contact Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or by phone at 520-669-7630 for further details regarding the solicitation.
    Blast Booth & Paint Equipment Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Firm-Fixed Price requirements contract focused on the safe cleaning and abatement of heavy metals, including lead, cadmium, and chromium, as well as dirt and debris from Blast and Paint Booth equipment at Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement emphasizes a total small business set-aside under NAICS code 562910 for remediation services, highlighting the importance of maintaining environmental safety and compliance at military facilities. The solicitation number W911N2-25-R-0004 is anticipated to be released around October 24, 2024, with a closing date expected around November 25, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or 717-267-8357 for further information.
    Cannon Viscometer Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide maintenance services for three Cannon viscometers located at the Yuma Proving Ground in Arizona. The procurement aims to establish a maintenance contract that includes annual preventative maintenance, emergency repairs, and the provision of calibration standards for the Cannon Mini QV-X and Mini AV-X viscometers. This equipment is critical for laboratory operations supporting military testing activities, and the contractor must adhere to strict quality assurance and performance standards as outlined in the Performance Work Statement. Interested parties are encouraged to respond to this Sources Sought notice by providing their capabilities and relevant information to the primary contact, Damon McLaughlin, at damon.j.mclaughlin.civ@army.mil by the specified deadline, as the government will not accept unsolicited proposals at this time.
    Changed Sep 18, 2019 11:38 a.m.
    Active
    Dept Of Defense
    Neodymium-doped Yttrium Aluminum Garnet (Nd:YAG) Laser is being procured by the DEPT OF DEFENSE, DEPT OF THE ARMY. This laser is typically used for various applications such as medical procedures, scientific research, and industrial manufacturing. The procurement notice, titled "Neodymium-doped Yttrium Aluminum Garnet (Nd:YAG) Laser," is a Combined Synopsis/Solicitation. The place of performance is at the U.S. Army Research Laboratory in ABERDEEN PROVING GROUND, MD. The solicitation number is W911QX-19-Q-0193, and the response date is five business days after posting. The laser is required to be delivered within four months after contract award. The evaluation criteria for this procurement include technical specifications, past performance, and price. For more information, contact Alberta R. Stadtler at alberta.r.stadtler.civ@mail.mil or 301-394-1080.
    Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for the acquisition of Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) Systems. This procurement aims to fulfill a requirement from the Office of the Product Director Test Measurement and Diagnostic Equipment, providing modular, soldier-portable automatic test equipment essential for maintenance personnel to enhance system testing capabilities. The contract will be structured as a single award Indefinite Delivery/Indefinite Quantity (ID/IQ) with a minimum guarantee of 40 First Article Test Units over five years, with a formal solicitation anticipated to be issued around August 20, 2024. Interested parties should direct inquiries to Contracting Officer Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or Contract Specialist David S. Gordon at david.s.gordon26.civ@army.mil, and note that the proposal submission deadline has been extended to November 11, 2024.
    Laser Engraver
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Fusion Pro 48 CO2 laser engraver or an equivalent model, intended for use at Keesler Air Force Base in Biloxi, Mississippi. The requirements include a high-speed large format engraver with specific capabilities such as a work area of 48” x 36”, compatibility with Windows 10 or newer, and advanced functionalities like automatic focus and job tracing. This equipment is crucial for enhancing the engraving capabilities of the Keesler Arts & Crafts Center, thereby improving the range of services offered to the community. Interested small businesses must submit their proposals by October 21, 2024, and direct inquiries to SSgt Taylor Williams at taylor.williams.26@us.af.mil or Kimbery L. Alvarez at kimberley.alvarez.1@us.af.mil.
    CARRIER CHILLER SERVICE AGREEMENT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Carrier Chiller Service Agreement at the Watervliet Arsenal in New York. This contract involves the preventive maintenance and servicing of two specific chiller units, ensuring compliance with safety regulations and adherence to quality and delivery schedules. The maintenance of these cooling systems is critical to the Arsenal's operations, and the selected contractor will be responsible for executing all maintenance work and submitting performance reports for OSHA compliance. Proposals are due by 2:30 PM on October 18, 2024, and interested parties can contact Maria DeCrescenzo at maria.d.decrescenzo.civ@army.mil or Joseph Pokrentowski at joseph.s.pokrentowski.civ@army.mil for further information.
    HoLEP Laser w/Tech 3-month Rental Service
    Active
    Dept Of Defense
    Presolicitation Notice: DEPT OF DEFENSE, DEPT OF THE ARMY intends to award a sole source firm-fixed price contract to Medworks, Inc. for a 3-month rental service of the HoLEP Laser used in invasive treatment procedures of the prostate. The service includes proprietary OEM equipment and contractor technician services. The rental is for the exclusive usage of Medworks, Inc. The notice is not a request for proposal and a solicitation will not be issued. Interested vendors can provide supporting documents demonstrating their products' capability and specifications for future acquisitions. The procurement will be prepared in accordance with FAR Part 13, using Simplified Acquisition Procedures.
    Laser PFN Optical B, NSN: 1430013087006, P/N 2988771-1, for M-DP Avenger Weapon System
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking a qualified contractor to provide eight units of the Laser PFN Optical B, NSN: 1430-01-308-7006, Part Number: 2988771-1, specifically for the M-DP Avenger Weapon System. This procurement is a sole-source contract awarded to Vertex Modernization and Sustainment LLC, emphasizing the need for compliance with stringent quality control measures, including a First Article Test (FAT) to be conducted 360 days post-award. The items are critical components for the Avenger weapon system, ensuring operational readiness and effectiveness. Interested contractors must submit their quotes electronically and are required to be registered in the Systems for Award Management (SAM); inquiries can be directed to Delora Crutcher at delora.crutcher@dla.mil.