Intent to Sole Source - Metallograph, Stereoscope, and Microhardness Tester Calibration Services
ID: N4523A25RC08C81Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
    Description

    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to award a sole-source contract for calibration and maintenance services of critical laboratory equipment, specifically Olympus metallographs, binocular stereo scopes, and LECO micro hardness testers. The contractor will be responsible for providing all necessary materials and personnel to ensure compliance with ISO 17025 standards, including at least one annual service visit per equipment piece and the issuance of a certificate of calibration upon completion. This contract is vital for maintaining equipment used in metallographic analysis, supporting the operations of the Materials Engineering Branch within the PSNS & IMF Laboratory. Interested parties must submit their capability documentation by August 4, 2025, to Contract Specialist Kenny Vilayvong at kenny.r.vilayvong.civ@us.navy.mil or Contracting Officer Angela Charpia at angela.m.charpia.civ@us.navy.mil, as no competitive solicitation will be issued.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal services contract for inspection and calibration of critical laboratory equipment at the Puget Sound Naval Shipyard & Intermediate Maintenance Facility (PSNS&IMF) in Bremerton, WA. The contractor is responsible for providing all necessary materials, personnel, and services for the calibration and preventative maintenance of Olympus metallographs, binocular microscopes, and LECO micro hardness testers, ensuring compliance with ISO 17025 standards. The contract's performance period is from September 1, 2025, to August 31, 2026, requiring at least one annual service visit per equipment piece, including preventive maintenance and a certificate of calibration upon completion. Security and identification requirements for contractor personnel are strict, mandating U.S. citizenship and clearance for access to government facilities. The document emphasizes adherence to established quality control procedures and periodic performance reviews by the government representative or Contracting Officer Representative (COR). Overall, this PWS is designed to maintain vital equipment utilized for metallographic analysis, thereby supporting the operations of the Materials Engineering Branch within the PSNS&IMF Laboratory.
    Similar Opportunities
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole-source contract for the maintenance of the Meridian IV Microscope and associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an updated closing date of December 15, 2025, at 4:00 PM Eastern Time, and interested vendors must submit their offers via email to Cierra Vaughn at cierra.n.vaughn2.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Equipment Calibration and Software/Hardware Service Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source maintenance agreement for instruments and laboratory equipment. This procurement is justified under the notice type "Justification" and pertains to the maintenance, repair, and rebuilding of critical equipment necessary for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these instruments, which are vital for various defense-related applications. For further inquiries, interested parties can contact Chris Jones at christopher.m.jones405.civ@us.navy.mil.
    NFPC Lab testing IDIQ 3 years
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Calibration and Repair Support Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, Dahlgren Division (NSWCDD), is seeking qualified contractors to provide calibration and repair support services for various Department of Defense locations, including the Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD). This procurement is part of a Seaport-NXG requirement, and only contractors with a Seaport-NXG multiple award contract are eligible to bid. The services are critical for ensuring the operational readiness and reliability of defense systems through precise calibration and maintenance. Interested contractors should contact Daniel Belcher at daniel.c.belcher3.civ@us.navy.mil or Alana Garrett at alana.n.garrett2.civ@us.navy.mil for further details.
    12--PERISCOPE SUBASSY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Periscope Subassembly. This contract involves the supply of specialized optical sighting and ranging equipment, which is critical for shipboard systems, ensuring personnel safety and operational integrity. The materials required are designated as Special Emphasis material, necessitating strict quality control and certification processes to prevent failures that could lead to serious consequences. Interested vendors must submit their quotations by November 8, 2024, and can direct inquiries to Lydia M. Shaloka at 215-697-4717 or via email at LYDIA.M.SHALOKA.CIV@US.NAVY.MIL.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    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.
    Dual Polarity Linear MALDI-TOF Mass Spectrometer Imagining
    Buyer not available
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified sources to provide a Dual Polarity Linear MALDI-TOF Mass Spectrometer with imaging capabilities for the United States Naval Academy's Chemistry Department. This procurement aims to replace an outdated spectrometer, enhancing educational and research capabilities in chemistry, biochemistry, and pre-medical programs by providing accurate molecular weight detection and structure determination. The required specifications include a resolution of at least 5000 FWHM, a mass range of 50 to 500,000 daltons, and compatibility with Windows 11 software, along with necessary accessories and a one-year warranty, with a budget of approximately $260,000. Interested parties must submit capability statements by December 12, 2025, at 1:00 PM EST, to Porch Locke at porchia.y.locke.civ@us.navy.mil, including company information and relevant experience.