M41 Protective Assessment Test System (PATS) Repair Parts
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5200, USA

NAICS

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

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking potential suppliers for the procurement of five hundred twenty (520) replenishment calibration and repair parts for the M41 Protective Assessment Test System (PATS). This Request for Information (RFI) aims to gather market research data to identify capable vendors, emphasizing the importance of efficient supply chain management in support of military operations. Interested vendors are invited to submit a white paper response by March 4, 2025, detailing their capabilities, with submissions limited to three pages and directed to Contract Specialist Taylor Siskoff at taylor.c.siskoff.civ@army.mil. This initiative is not a formal Request for Proposal (RFP) and does not obligate the government to any procurement.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Contracting Command-Redstone is issuing a Request for Information (RFI) aimed at gathering market research data to identify potential suppliers for five hundred twenty (520) replenishment calibration and repair parts for the M41 Protective Assessment Test System (PATS). This initiative, associated with the U.S Army Test, Measurement, and Diagnostic Equipment Activity (USATA), is not a formal Request for Proposal (RFP) and does not commit the government to any procurement. Interested vendors are encouraged to submit a white paper response by March 4, 2025, detailing their capabilities and including necessary organizational and contact information. The responses must be formatted in Microsoft Word and limited to three pages, with proprietary information clearly identified. The identified classification and NAICS codes relate to chemical analysis instrumentation and machinery repair services, respectively. The contract performance is expected to take place at Redstone Arsenal, AL, and all communications regarding the submission are to be directed to Contract Specialist Taylor Siskoff via email. This RFI underscores the U.S. government’s efforts to ensure efficient supply chain management in support of military operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fluke Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified contractors to provide multi-year calibration and repair services for Fluke electronics under a Request for Information (RFI). The objective of this procurement is to ensure the operational integrity of over 842,000 test instruments used by various military entities, with services required to adhere to ISO 17025 standards and include detailed calibration certificates. Interested vendors are invited to submit a three-page white paper by February 7, 2025, with the final deadline for responses set for March 14, 2025. For further inquiries, potential respondents can contact Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil.
    Keysight Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking vendors to provide multi-year Calibration and Repair Services (C&RS) for Keysight equipment. This procurement aims to establish a long-term contract for the calibration and repair of various Test Measurement and Diagnostic Equipment (TMDE) over a twelve-month period, ensuring compliance with original equipment manufacturer (OEM) standards and traceability to relevant measurement standards. The services are critical for maintaining the operational reliability and accuracy of military equipment, reflecting the Army's commitment to efficient service procurement in support of defense operations. Interested vendors must submit a white paper response by March 14, 2025, detailing their capabilities and business information to the primary contact, Taylor Siskoff, at taylor.c.siskoff.civ@army.mil, or the secondary contact, Portia Sampson, at portia.r.sampson.civ@army.mil.
    SOLICITATION - W912CH-25-Q-0004 - TESTING KIT,PETROLE - NSN: 6630-01-165-7133
    Buyer not available
    The Department of Defense, through the Army Contracting Command at Detroit Arsenal, is soliciting proposals for the procurement of 28 units of a petroleum testing kit, identified by NSN: 6630-01-165-7133. This solicitation, W912CH-25-Q-0004, specifies that the contract will be a Firm Fixed Price (FFP) purchase order, with an option for an additional 28 units, and is restricted to the manufacturer's part number SC-B/2HB-C-3D. The testing kits are crucial for chemical analysis in military applications, ensuring compliance with operational standards. Interested offerors must submit their proposals via email by March 5, 2025, at 5:00 PM EST, and should ensure they are registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Diana Jones at diana.jones47.civ@army.mil or Katherine E. MacFarland at katherine.e.macfarland.civ@army.mil.
    Request for Information for Radiological Detection System (RDS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for the development of a Radiological Detection System (RDS) intended to replace existing radiological survey meters used by various military branches. The RFI aims to gather information on respondents' capabilities in developing, testing, and manufacturing an RDS that meets the specified performance criteria, with a focus on enhancing radiation detection capabilities across military services and allied nations. Interested parties must submit their responses by February 17, 2025, ensuring compliance with detailed submission criteria, including technical specifications and company information, as the anticipated contract type is a Firm Fixed Price under an Indefinite Delivery, Indefinite Quantity structure, with a projected requirement for up to 16,000 units over five years. For further inquiries, respondents can contact Nathaniel W. Sievers at nathaniel.w.sievers.civ@army.mil or Tyler N. Gates at tyler.n.gates2.civ@army.mil.
    Dual Source High Resistance Bridge
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking market insights for the acquisition of a Dual Source High Resistance Bridge and related equipment due to obsolescence of existing systems. This Request for Information (RFI) aims to gather details on various equipment, including High Resistance Scanners and a Temperature Stabilized High Resistance Standard, which are essential for maintaining the Army's testing capabilities at the Army Physical Standards Labs in Redstone Arsenal, Alabama. Interested vendors are required to submit a white paper by March 3, 2025, detailing their company information, including business size and socio-economic status, to the designated contacts, Taylor Siskoff and Portia Sampson, via email. It is important to note that responses to this RFI do not guarantee future contracting opportunities, and all submitted information will become government property.
    58--CONTROL-CONVERTER - AND OTHER REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the manufacture of various control-converter and replacement parts, including amplifiers and linear valves. The procurement involves a total quantity of 79 units, with a required delivery timeline of 180 days post-contract award. These components are critical for maintaining operational capabilities within military systems, emphasizing the importance of compliance with technical specifications and standards. Interested suppliers must submit their proposals, including a completed RFQ, to the primary contact, Taylor M. Fasching, via email at TAYLOR.FASCHING@NAVY.MIL, within 45 days of the notice publication, as the government intends to negotiate with only one source under FAR 6.302.
    Request for Information (RFI) - ANALYZER MERCURY VAPOR 2024
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Natick, is seeking information regarding commercial solutions for a mercury vapor analyzer as part of the Soldier Medical Devices initiative. This Request for Information (RFI) aims to gather insights on capabilities related to the Critical Operational Device Specifications (CODS) for a detection system that meets stringent operational and logistical requirements, including detection sensitivity, calibration, and battery life. The procurement is crucial for enhancing safety measures in military environments by ensuring reliable detection of toxic mercury vapor, which is vital for the health and safety of Army personnel. Interested organizations must submit their responses electronically by March 7, 2025, to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Jason Goode at jason.h.goode.civ@army.mil, with all proprietary information handled accordingly.
    Upgrade Package for 828 CiM Machine
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command-Redstone, is seeking information from potential suppliers for an upgrade package for the 828 CiM PPC machines, which includes essential components such as machine controllers, cables, and software updates. This Request for Information (RFI) aims to gather market research to identify suppliers capable of fulfilling the requirements under NAICS Code 335999, which pertains to miscellaneous electrical equipment and component manufacturing. The upgrades are critical for maintaining the operational capabilities of equipment at Rock Island Arsenal in Illinois. Interested parties are invited to submit a white paper by March 3, 2025, detailing their company information, size classification, and socio-economic status, with submissions limited to three pages and sent via email to the designated contract specialists, Taylor Siskoff and Portia Sampson.
    RFI for Bursting Strength Tester(s) for Paper, Fiberboard, and Fabric Textiles
    Buyer not available
    The Department of Defense, specifically the Army, is seeking information from industry regarding the procurement of burst strength testers for materials such as paper, fiberboard, and fabric textiles. The anticipated contract will be a Firm Fixed Price arrangement for one or more testers designed to assess the bursting strength of packaging materials, with key specifications including a clamping system, adjustable pressure settings, and precision measurement capabilities. This equipment is crucial for ensuring the quality and reliability of packaging materials used in defense applications. Interested parties are encouraged to submit their capabilities and adherence to relevant testing standards by March 7, 2025, to the designated contacts, Taylor Siskoff and Portia Sampson, via their provided email addresses.
    SAFETY AND ARMING DEVICE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is issuing a Request for Proposal (RFP) for the acquisition of a Safety and Arming Device, specifically for the M-D6 PATRIOT weapon system, under Solicitation Number SPRRA2-25-R-0023. This procurement involves a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a requirement for between 194 to 583 units (NSN: 1336-01-671-8243; Part Number: 13705348-01), to be delivered to Chambersburg, PA, with a production lead time of 180 days post-award. The initiative underscores the critical need for these defense components, which are essential for maintaining operational readiness and compliance with stringent safety and export regulations. Interested suppliers must respond within 15 days and can contact Harrison Mayfield at HARRISON.MAYFIELD@DLA.MIL or (256) 303-0364, or Jean Paul Bretz at jean.bretz@dla.mil or (256) 274-7880 for further information.