The document references "ARP" and "GXM-0008." This appears to be a highly abbreviated identifier, likely pertaining to a specific project, program, or procurement within a government context. Given the limited information, it could relate to an American Rescue Plan (ARP) initiative or funding, with "GXM-0008" serving as a unique identifier for a particular grant, contract, or internal government file. Without further details, it is difficult to determine the exact nature or purpose, but it functions as a concise reference within a larger administrative or financial framework.
Naval Surface Warfare Center (NSWC) Crane has issued a sole-source solicitation (N00164-26-Q-0015) for preventative maintenance. The proposed contract will be awarded to Oneida Research Services, Inc. due to their status as the Original Equipment Manufacturer, making them the only source for maintenance, parts, calibration, and support for the systems. The solicitation, issued on December 31, 2025, with a closing date of January 6, 2026, at 3:00 PM Eastern Time, is conducted under FAR Part 13, utilizing the authority of FAR 13.106-1. While other responsible sources may submit capability statements, the government reserves the right to proceed with a sole-source award. Contractors must be registered in the System for Award Management (SAM) to be considered. All communications and amendments will be posted on https://sam.gov/, and offers must be emailed to Christina.l.staggs.civ@us.navy.mil by the closing date.
This government solicitation (N0016426Q0015) is a Women-Owned Small Business (WOSB) Request for Quote (RFQ) for preventative maintenance services on specialized analytical equipment manufactured by Oneida Research Services, Inc. The Naval Surface Warfare Center Crane Division (NSWC Crane) intends to sole-source this contract to Oneida Research Services, Inc., as they are the Original Equipment Manufacturer, providing maintenance, parts, calibration, and support for the IVA Model 110s, HR-IVA Model 210s, and HSHLD Model 310s systems. The contract includes a base year and two option years for these services, with delivery and performance at NSWC Crane. The document outlines detailed invoicing instructions via Wide Area WorkFlow (WAWF), points of contact for contract administration, and numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses governing commercial products and services.