J--Renewal of annual service/maintenance agreement for the Physical Electronics PH
ID: 89243325NFE000212Type: Special Notice
Overview

Buyer

ENERGY, DEPARTMENT OFENERGY, DEPARTMENT OFNATIONAL ENERGY TECHNOLOGY LABORATORYMORGANTOWN, WV, 26507, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Energy's National Energy Technology Laboratory (NETL) intends to award a sole source contract for the renewal of an annual service and maintenance agreement for the Physical Electronics PHI SAM 590 and PHI 548 UHV Systems. The contract will cover the period from September 16, 2025, to September 15, 2026, and includes one on-site visit, unlimited technical support, and factory repairs, excluding OEM equipment repairs and consumables. This maintenance is critical as RBD Instruments, Inc. is the only known source capable of servicing these proprietary systems, which utilize specialized hardware and software. Interested parties who believe they can meet the requirements must submit their capabilities in writing to Contract Specialist Shannon Lynch at shannon.lynch@netl.doe.gov by 1:00 PM EDT on August 8, 2025.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    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.
    Notice of Intent to Sole Source – Agilent Technologies
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract to Agilent Technologies for a Software Maintenance Agreement related to the existing Agilent OpenLab/ECM data system. This acquisition aims to ensure continued support and maintenance of proprietary software that is critical for the NIH's Clinical Center's operations, including software license upgrades and dedicated technical support. The contract will be awarded on a firm fixed price basis, with a total quantity of two software maintenance agreements for a one-year renewal period. Interested parties may express their interest and capabilities to the NIH's Office of Purchasing and Contracts, with comments due by December 12, 2025, at 12 PM EST, directed to Kristin Nagashima at kristin.nagashima@nih.gov.
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the maintenance of the Meridian IV Microscope and its 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 issue date of December 1, 2025, and a closing date of December 8, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can submit capability statements to the primary contact, Cierra Vaughn, at cierra.n.vaughn2.civ@us.navy.mil.
    J065--NOTICE of INTENT SOLE SOURCE GE MACLAB Service and Support
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 21 (NCO 21), intends to award a Firm Fixed Price contract to GE Healthcare, INC for the maintenance and support of the GE Healthcare Combolab systems (Mac Lab System) at the Veterans Affairs Sierra Nevada Health Care System. The contract, effective January 1, 2026, will require the contractor to provide all necessary labor, transportation, parts, and expertise, ensuring compliance with various national and industry standards, including NFPA-99 and OSHA, while maintaining a commitment to 99% equipment uptime. Interested parties may express their interest by submitting a detailed description of their capabilities via email to Gary Christensen at gary.christensen@va.gov by December 12, 2025, at 10:00 AM Pacific Standard Time, referencing solicitation number 36C26126Q0190. The government reserves the right to determine whether to compete the proposed contract based on the responses received.
    J065--646 | SEA 25064 | Nanosonics New Full Service Contract | PGH
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source firm-fixed-price contract to Nanosonics Inc. for the preventative maintenance and repair services of nine Nanosonics Trophon 2 Systems at the Pittsburgh VA Medical Center. This contract, which includes a base year and four option years, will cover corrective and preventative maintenance, 24/7 technical support, and the provision of OEM parts, ensuring the systems remain operational for high-level disinfection of ultrasound probes. Interested firms may submit capability statements by October 1, 2025, although this notice is not a request for competitive quotes. For further inquiries, Matthew Wright can be contacted at matthew.wright6@va.gov or by phone at 717-673-3842.
    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.
    NIH COGEN Maintenance and Repair
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for maintenance and repair services of an SGT-600 gas turbine at the NIH Bethesda Campus Cogen Facility. This procurement, classified under NAICS code 561210 for Facility Support Services, aims to ensure the operational efficiency and reliability of critical energy infrastructure. The contract will be a firm-fixed-price task order with a base period and four option years, and while it is a notice of intent rather than a request for quotes, other interested parties may submit capability statements by December 18, 2025, at 10 AM EST. Submissions should be directed to Anazette Andrews at andrewsa3@mail.nih.gov, and offerors must be registered in SAM.gov to participate.
    7A--ITRON Software Maintenance Renewal
    Buyer not available
    The Department of Energy's Western Area Power Administration (WAPA) is seeking to procure the annual maintenance renewal for ITRON applications and support on a sole source basis. The procurement aims to ensure continued operational support for critical software applications, with a specified period of performance from January 1, 2026, to December 31, 2026. This maintenance is vital for the ongoing functionality and reliability of the software used in power administration operations. Interested parties may submit a capability statement to Amber Myers, Contract Specialist, at amyers@wapa.gov, within five calendar days of the notice publication, as this is not a request for competitive quotes.
    BSA RFI-PVD Tool
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking information from companies regarding their capabilities to provide a magnetron sputter deposition system for quantum device fabrication. This Request for Information (RFI) outlines the need for a highly flexible, ultrahigh vacuum (UHV) system that can perform both reactive and non-reactive sputtering with precise process control, including specific requirements for components such as a UHV sputtering chamber, integrated vacuum pumping system, and a substrate stage capable of high-temperature heating. The procurement is crucial for advancing quantum technology research, and interested vendors must submit their responses electronically by 5:00 PM Eastern Time on December 24, 2025, to Aaron Hagler at ahagler@bnl.gov, with the subject line “BSA RFI-471842.”
    Creaform Scan-To-CAD Pro + Inspection & Training (No Substitutes)
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory (BNL), is seeking quotes for the procurement of specialized metrology equipment, specifically the Creaform Scan-To-CAD Pro + Inspection software, along with associated hardware and training services. Vendors are required to provide an "All Inclusive" Firm Fixed Price (FFP) quote that encompasses all costs, including freight and handling, with no additional charges permitted on the purchase order. This equipment is crucial for precise measurement and quality assurance in various industrial processes, aligning with BNL's commitment to high standards in scientific research and development. Interested vendors must ensure they are registered in the System for Award Management (SAM) and submit their quotes, including a published price list or supporting documentation, to Beth Gilman at gilman@bnl.gov by the specified deadline.