Procure VIC MS50 Helium Leak Detector Service Maintenance contract
ID: N00174-25-SIMACQ-R3-0028Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

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

PSC

MISCELLANEOUS SPECIAL INDUSTRY MACHINERY (3695)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for the maintenance and calibration of up to six MS50 Wet Helium Leak Detectors to Vacuum Instruments Corporation, LLC. The contract will encompass preventative maintenance every six months, calibration services adhering to ANSI/NCSL Z540.3 and ISO 17025 standards, and emergency repair services, with the potential for one emergency visit annually. This initiative is critical for ensuring reliable detection maintenance, which is essential for operational efficiency at NSWC IHD. Interested parties must submit their capabilities by February 10, 2025, at 10 AM EST, and should direct inquiries to Natella Calliste at natella.k.calliste.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Surface Warfare Center, Indian Head Division (NSWC IHD) has issued a Statement of Work for maintenance and calibration services for up to six MS50 Wet Helium Leak Detectors. The service contract spans one base year with four optional extension years, including one emergency visit annually. Key requirements include preventive maintenance every six months aligned with manufacturer schedules, calibration services to comply with ANSI/NCSL Z540.3 and ISO 17025 standards, and emergency repair services to address equipment failures promptly. The contractor must provide detailed maintenance reports and necessary parts such as filaments and gaskets as part of the service. Performance will take place at designated NSWC IHD buildings and communication will be managed by a designated technical point of contact. Overall, this initiative emphasizes reliable detection maintenance crucial for operational efficiency at NSWC IHD.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Purchase replacement Gas Pycnometer
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for the procurement of two Micromeritics AccuPyc 1350 gas pycnometers and associated accessories. This acquisition aims to replace existing models that are experiencing calibration issues, thereby enhancing the facility's capabilities in materials analysis and research. The contract will include a comprehensive set of equipment, with a delivery timeline of ten months post-award and a one-year warranty for repairs and servicing. Interested vendors must respond by February 6, 2025, at 10 AM EST, and direct their inquiries to Natella Calliste at natella.k.calliste.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Sources Sought for Tektronix Repairs
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is conducting market research to identify potential sources for Evaluation, Repair, and Calibration Services for Tektronix and Agilent products. The objective is to assess industry capabilities to provide these services, which are critical for maintaining the operational integrity of defense equipment. This Sources Sought announcement is purely for information gathering and does not constitute a commitment to award a contract; however, interested businesses are encouraged to submit capability statements by February 7, 2025, to Heather Wiley at heather.r.wiley2.civ@us.navy.mil. The anticipated publication date for the formal Request for Quote (RFQ) is January 30, 2025, and responses must be submitted electronically in compliance with the outlined requirements.
    SOLE SOURCE – REPAIR / EVALUATION OF KEYSIGHT TECHNOLOGIES INC.EQUIPMENT
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the repair and evaluation of specialized equipment manufactured by Keysight Technologies, Inc. This procurement involves the repair of multiple signal generators and power modules, as well as the evaluation of various test instruments, all of which must meet the stringent standards set forth by the Original Equipment Manufacturer (OEM). The contract emphasizes the importance of maintaining high-quality repair standards for critical Navy components, with a firm fixed pricing structure and a delivery timeline extending from February to March 2025. Interested vendors must submit their offers by 12:00 PM Eastern Time on February 12, 2025, and can direct inquiries to Emily Wichman at emily.j.wichman.civ@us.navy.mil.
    J--MAINTENANCE,REPAIR AND CLIBRATION SERVICE FOR VACUUM SENSOR SETS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking maintenance, repair, and calibration services for vacuum sensor sets. These services are typically used to ensure the proper functioning and accuracy of vacuum sensor sets. The procurement notice, issued by the NAVSUP FLT LOG CTR JACKSONVILLE, is a Combined Synopsis/Solicitation. The primary contact for this procurement is LULA L. JONES, who can be reached at 904-542-1219. Unfortunately, no further details or description of the services are provided in the notice.
    Radiac Instruments Calibration and Repair Services
    Buyer not available
    The Department of Defense, specifically the Army, is seeking proposals for calibration and repair services for government-owned Radiac Instruments under solicitation number W91ZLK-25-R-0007. The contract will cover a base year and two option years, with services required to meet the ANSI/NCSL Z540.3-2006 standard and a turnaround time of 14 working days for instrument calibration. These services are crucial for maintaining operational effectiveness in radiation safety, ensuring that the instruments used meet stringent reliability and accuracy standards. Interested contractors must submit their proposals by 3:00 p.m. Eastern Time on February 6, 2025, and can direct inquiries to the Contract Specialist, Julius Wood, at julius.a.wood.civ@army.mil.
    Oxygen Clean Low Pressure Calibrator (OCLPC)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of Oxygen Clean Low Pressure Calibrators (OCLPC) under solicitation number N6426725R0353. This procurement aims to acquire Commercial-Off-The-Shelf (COTS) OCLPC units, which are critical for ensuring accurate calibration in oxygen clean environments, thereby supporting operational readiness and safety for Navy personnel. The contract will span three years and includes provisions for training, installation services, and compliance with stringent military specifications. Proposals are due by February 14, 2025, at 10:00 AM, and interested parties should direct inquiries to Maria Rubio at maria.a.rubio3.civ@us.navy.mil or Marcella G Webber at marcella.g.webber.civ@us.navy.mil.
    CKU-5 Retainer Inspection
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotations for the CKU-5 Retainer Inspection, a procurement aimed at ensuring the quality and safety of critical defense components. This opportunity involves non-recurring engineering services and certified dimensional inspections related to an Aviation Critical Safety Item (ACSI), with specific requirements for manufacturing and inspection as outlined in NSWC drawings. The selected contractor will be responsible for adhering to rigorous quality control standards, including ISO compliance, and must submit detailed inspection reports while utilizing Government Furnished Property (GFP) for contract completion. Interested vendors must submit their quotes by February 7, 2025, and direct any questions to Ardelle Knight at ardelle.v.knight.civ@us.navy.mil by January 31, 2025.
    Sole Source Fluke
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, intends to procure calibration services for molbox units on a sole source basis from Fluke. This procurement is aimed at ensuring the accurate calibration of various mass flow terminal molbox units and flow elements, which are critical for maintaining operational efficiency and safety in naval operations. The contract will be awarded under the North American Industry Classification System Code (NAICS) 811210, with a size standard of $34 million, and is not open for competitive proposals. Interested parties may direct inquiries to Jason D. Fittro at Jason.Fittro@navy.mil or by phone at 757-396-8413.
    Hahn & Clay Pressure Tank Lid Repair
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting quotes for the evaluation and repair of a Hahn & Clay pressure tank, specifically model 4000-60-144. The procurement aims to restore the tank's pressure capability of 4000 PSI, following ASME and National Board Inspection Code standards, and includes a Factory Acceptance Test (FAT) to ensure compliance with specifications. This repair is critical for supporting the Navy's extensive environmental qualification testing, which relies on high-pressure scenarios. Interested contractors must submit their proposals by January 24, 2024, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or Teresa Michael at teresa.m.michael2.civ@us.navy.mil.
    25-SIMACQ-E50-0002: Data Logger Calibration
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Port Hueneme Division (NSWC PHD), is seeking to procure calibration and repair services for environmental monitoring data loggers utilized in the transportation and storage of Standard Missile All-Up-Rounds. The contract aims to engage LANSMONT Corporation for these services, ensuring compliance with ISO/IEC 17025:2005 calibration standards, which are critical for maintaining the operational reliability of missile defense systems. The procurement includes calibration of 25 units and repair of 10 units, with quotes due by February 17, 2025, and evaluations based on price, technical capability, and past performance. Interested vendors can contact Samantha Mangum at SAMANTHA.c.MANGUM.civ@us.NAVY.MIL or Brian Carpenter at brian.a.carpenter14.civ@us.navy.mil for further details.