High Purity Geranium Detector Repair
ID: N4215825QE0520001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for the repair of a Cryopulse-5 High Purity Germanium (HPGe) Detector, which is critical for the operational capabilities of Navy assets AS39 and AS40. The procurement involves inspecting and repairing the detector's crystal and electronics, replacing necessary components, and adhering to stringent safety protocols in compliance with Federal and State OSHA standards. This contract is part of the Women-Owned Small Business (WOSB) program, emphasizing the importance of small business participation in government contracting. Interested vendors should submit their proposals, including a price quote and a contractor's property management plan, to Ashley Moose at ashley.l.moose.civ@us.navy.mil or Chad R. Godwin at chad.r.godwin.civ@us.navy.mil, with further details available in the attached solicitation documents.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 3:07 PM UTC
The document outlines a solicitation for a contract to repair the Cryopulse-5 HPGe Detector, designated under the Women-Owned Small Business (WOSB) program. It provides essential information including requisition and contract numbers, award dates, and contact information for inquiries. The solicitation specifies a firm fixed price for services that entail inspecting and repairing the detector's crystal and electronics components, along with replacing necessary parts. The document outlines delivery schedules, performance periods, and payment terms using the Wide Area Workflow (WAWF) system for invoicing and payment processing. It incorporates various Federal Acquisition Regulation (FAR) clauses, addressing requirements like small business participation and clauses relevant to labor standards. The solicitation aims to support government contracting efforts while ensuring compliance with regulations, prioritizing small businesses, especially those owned by women, in government procurement initiatives.
Apr 10, 2025, 3:07 PM UTC
The document outlines a service contract for the repair of a Cryopulse-5 High Purity Germanium (HPGe) Detector, Model GC4018, which is essential for the operational capabilities of Navy assets AS39 and AS40. The scope of work includes opening, inspecting, and repairing the detector crystal and electronics, along with replacing the aluminum endcap and the CryoPulse-5 Plus unit. Should additional repairs be identified, the vendor must submit a detailed quote for approval before proceeding. Safety protocols are highlighted, stipulating that all work must comply with Federal and State OSHA standards, Norfolk Naval Shipyard (NNSY) safety manuals, and proper hazardous energy control procedures. The NNSY is responsible for shipping the detector to the vendor for repair and ensuring its return post-repair. This document serves as a formal Request for Proposal (RFP) for vendors to prepare and execute the required repairs while adhering to stringent safety and operational efficacy guidelines set forth by the government and associated agencies.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
66--ANALYZER ASSEMBLY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of the Analyzer Assembly. This procurement aims to ensure the operational readiness of critical equipment used in search, detection, navigation, and guidance systems, which are vital for national defense operations. The contract will require vendors to provide a comprehensive repair price, including teardown and evaluation, and to adhere to strict quality assurance and packaging standards, particularly concerning mercury-free materials. Interested parties should contact Kaitlyn T. Mounts at 717-605-5937 or via email at kaitlyn.t.mounts.civ@us.navy.mil for further details, with proposals expected to reference specific repair timelines and constraints.
12--CONVERTER-DETECTOR, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of a Converter-Detector. This procurement requires contractors to provide a firm-fixed price for the repair of the specified item, adhering to strict guidelines including a Repair Turnaround Time (RTAT) of 128 days and compliance with IUID requirements. The Converter-Detector is critical for fire control radar systems, underscoring its importance in defense operations. Interested contractors must submit their quotes electronically to Amber L. Wale at AMBER.L.WALE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and additional details regarding pricing and throughput constraints as specified in the solicitation.
ELECTRONIC COMPONEN
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of electronic components under a fixed-price contract. The procurement requires vendors to provide a full repair effort for electronic components, including teardown and evaluation, with a specified turnaround time of 105 days for inspection and acceptance by the government. These components are critical for military applications, emphasizing the importance of quality and compliance with military standards, including restrictions on mercury contamination. Interested contractors should submit their quotes, including repair pricing and any exceptions to the solicitation requirements, to Seana M. Steiner at SEANA.M.STEINER.CIV@US.NAVY.MIL or by phone at 717-605-6561, with all proposals due by the specified deadline.
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
70--ADCAP ASSEMBLY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of the ADCAP Assembly. This procurement involves the complete repair of specified assemblies, with a focus on ensuring compliance with operational and functional requirements as outlined in the contract specifications. The ADCAP Assembly is critical for naval operations, and the successful contractor will be responsible for adhering to strict quality assurance and inspection protocols, including the management of materials free from mercury contamination. Interested vendors should submit their proposals, including a Firm-Fixed Price quote for the repair effort, to Zachary R. Morrill at zachary.r.morrill.civ@us.navy.mil by the specified deadline, with a requested repair turnaround time of 250 days.
Pfeiffer ASM 310 Portable Leak Detector, No Equivalents Or Substitutions
Buyer not available
The Department of Energy, through Brookhaven National Laboratory, is seeking quotes for the procurement of an ASM 310 Portable Leak Detector, with no equivalents or substitutions allowed. The procurement requires vendors to provide specific details including the origin of manufacture, a unique employee identifier, and a published price list for price justification. This equipment is critical for ensuring safety and compliance in various research and operational settings at the laboratory. Interested vendors must ensure they are registered in the System for Award Management (SAM) and submit their quotations by the specified deadline, with pricing valid for 60 days. For further inquiries, vendors can contact Malen Valencia at mvalencia@bnl.gov.
459051 - Pilatus4 CdTe Detector
Buyer not available
The Department of Energy, through Brookhaven National Laboratory, is seeking sources for the procurement of a Dectris PILATUS4 CdTe Detector, as outlined in a Sources Sought Notice. The detector must meet specific capabilities, including a substantial active area and an upgradeable maximum framerate, and the contractor will be responsible for assembling, testing, and delivering the equipment to BNL, along with comprehensive documentation and a one-year warranty post-acceptance testing. This procurement is crucial for enhancing research capabilities at the National Synchrotron Light Source II (NSLS-II) and reflects the government's commitment to advancing scientific instrumentation. Interested parties should submit a Statement of Capabilities to Lisa Gonzales at lgonzales@bnl.gov by the specified deadline, ensuring to include their business size and other required information.
CIRCUIT CARD ASSEMB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of Circuit Card Assemblies. The procurement aims to secure services that include a teardown and evaluation of the assemblies, followed by a full repair effort, with specific requirements for inspection, acceptance, and compliance with military standards. These assemblies are critical components used in various defense applications, necessitating adherence to stringent quality and safety standards, including the prohibition of mercury contamination. Interested vendors should submit their quotes, including repair pricing and turnaround times, to Seana M. Steiner at SEANA.M.STEINER.CIV@US.NAVY.MIL by the specified deadline, with the expectation of a contract award based on compliance with the solicitation requirements.
16--ICE DETECTOR PROBE,
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of two Ice Detector Probes (NSN 7R-1680-015854864-P8, REF NR 0871BN3-10). This procurement involves a commercial/non-developmental item that is critical for flight operations, requiring government source approval prior to contract award due to its importance and the inadequacy of available technical data for full and open competition. Interested vendors must provide necessary documentation for source approval along with their proposals, as offers lacking this information will not be considered. For further inquiries, interested parties can contact Marisa L. Tetkowski at (215) 697-2644 or via email at MARISA.TETKOWSKI@NAVY.MIL.
CRD Reflectometer
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.