EVOs M7000 Microscope
ID: N0018925QG066Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, specifically the Department of the Navy through the Fleet Logistics Center Norfolk, intends to award a Sole Source Purchase Order for an EVOs M7000 Microscope to Fisher Scientific Company LLC. This procurement is being conducted under Simplified Acquisition Procedures, as outlined in FAR Part 13, and will not be open for full competition, as authorized under FAR 6.302-1. The EVOs M7000 Microscope is critical for analytical laboratory applications, supporting the Navy's operational and research needs. Interested parties may challenge the sole source designation by submitting written documentation to the primary contact, Sarah Schultz, at sarah.schultz@navy.mil, by the specified deadline, with the anticipated award date set for April 21, 2025.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
EVOs M7000 Microscope
Currently viewing
Special Notice
Similar Opportunities
Notice of intent to award sole source
Buyer not available
Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
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.
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.
NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
Buyer not available
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.
SOLE SOURCE –REMOVEABLE STORAGE MODULE
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure removable storage modules from SMART High Reliability Solutions LLC through a sole source contract. This procurement is essential for enhancing the technological capabilities of the Navy's storage solutions, as the vendor possesses proprietary data critical to the project. Interested vendors are encouraged to submit capability statements, although the government retains discretion over the competitive procurement process. The solicitation is set to be issued on April 23, 2025, with a closing date of May 2, 2025, at 4:00 PM Eastern Time. For further inquiries, interested parties may contact Angela Westfall at angela.d.westfall.civ@us.navy.mil.
INTENT TO SOLE SOURCE, OEM BAYOU METAL SUPPLY & MANUFACTURING- SEA CHESTS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is initiating a sole source procurement for OEM Sea Chests from Bayou Metal Supply & Manufacturing. This firm fixed-price supply contract aims to support the Military Sealift Command by providing essential marine equipment, which plays a critical role in the operation and maintenance of naval vessels. The solicitation is expected to be posted around April 24, 2025, with proposals due by May 1, 2025, at 10 AM PDT. Interested parties should direct inquiries to Vicktoria Wright at Vicktoria.E.Wright.CIV@US.NAVY.MIL and ensure they are registered in the System for Awards Management (SAM) to participate in this procurement.
N66001-25-Q-6193: Notice of Intent to Sole Source Award to Berkely Nucleonics Corporation
Buyer not available
The Department of Defense, through the Naval Information Warfare Center (NIWC) Pacific, intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis to Berkeley Nucleonics Corporation for the procurement of 16 rugged gamma scintillation detectors manufactured by Scionix Holland B.V. These detectors, essential for analytical laboratory applications, feature a 51 x 102 x 152 mm Csl(Na) scintillation crystal, which is critical for various defense-related analytical tasks. Interested vendors capable of fulfilling this requirement are encouraged to submit their capability statements or inquiries via email to Contract Specialist Dane J. Black at dane.j.black.civ@us.navy.mil by April 29, 2025, at 12 PM Pacific Time. All responding vendors must be registered in the System for Award Management (SAM) to be considered.
Faro Laser Trackers
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division, intends to procure Faro Laser Trackers and related equipment on a sole source basis from Faro Technologies, Inc. This procurement is critical for the measurement and control applications within the Navy, as Faro Laser Trackers are essential tools for precision measurement in various defense-related projects. Interested parties should direct any inquiries to Rachel Piecyk at rachel.m.piecyk.civ@us.navy.mil, as phone calls will not be accepted. The contract action is being solicited under FAR 13.106(b), indicating that only one source will be considered for this procurement.
Fiber Beam Expanders (MOT Collimators)
Buyer not available
The Department of the Navy is soliciting quotations for the procurement of 13 Fiber Beam Expanders (MOT Collimators) to support the United States Naval Observatory (USNO). This procurement aims to enhance the observatory's precision timekeeping capabilities, which are critical for national defense and scientific advancement. The solicitation, identified as RFQ N0018925Q0236, is part of a simplified acquisition procedure and is set to close on April 29, 2025, at 9:00 AM EST. Interested vendors must submit their offers electronically, ensuring compliance with all regulatory clauses, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact Ian Tupaz at ian.j.tupaz.civ@us.navy.mil or Cody Witz at cody.s.witz.civ@us.navy.mil.
In accordance with FAR 6.302-1, NAVSUP Fleet Logistics Center Norfolk, Groton Office intends to award a Sole Source Firm Fixed Price Contract to Multi-Health Systems Inc.
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, Groton Office, intends to award a Sole Source Firm Fixed Price Contract to Multi-Health Systems Inc. for EQi Workplace Report Assessments. This procurement is being conducted in accordance with FAR 6.302-1, which allows for sole source contracts under specific circumstances, indicating that the services provided by Multi-Health Systems Inc. are deemed unique and necessary for the Government's needs. The EQi Workplace Report Assessments are critical for evaluating workplace dynamics and employee engagement, which are essential for enhancing organizational performance. Interested parties who believe they can provide equivalent services are encouraged to submit their challenges in writing to kelly.polson@navy.mil for consideration, as the Government retains discretion over whether to compete the requirement.