Sole Source to MA Tech Services Inc. - Spectrometer Maintenance and One Option Year
ID: N61331-26-Q-TR05Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking a sole-source contract with MA Tech Services Inc. for the maintenance of spectrometers, including an option for one additional year of service. This procurement is justified as MA Tech Services Inc. is the original manufacturer and the only qualified provider capable of ensuring optimal system performance, thereby preventing costly delays or errors. The contract will adhere to federal acquisition regulations and emphasizes the importance of cybersecurity and compliance with defense-related standards. Interested parties can reach out to Terra Roberts at terra.s.roberts.civ@us.navy.mil or Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil for further details, and all quotes must be submitted by the specified deadline along with required supporting documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses applicable to a government contract. Key sections cover delivery and performance (FOB Destination), electronic payment submissions, and a comprehensive list of contract clauses addressing areas such as executive compensation, System for Award Management (SAM) maintenance, commercial and government entity codes, safeguarding contractor information systems, and prohibitions on certain telecommunications equipment. It also details clauses related to small business set-asides, combating human trafficking, intellectual property, taxes, electronic fund transfers, service contract labor standards, options for increased quantities or extensions, foreign purchases, and restrictions on doing business with certain entities or regions. Additionally, the file includes specific instructions for invoicing, government points of contact, hours of operation, and holiday schedules. Notably, it addresses the use of Navy support contractors for managing official contract files and the associated protection of sensitive information. Evaluation factors for award prioritize best value, considering price, delivery, quality, and past performance. Special emphasis is placed on cybersecurity, counterfeit electronic part detection, and compliance with various defense-related regulations.
    The document justifies a sole-source award to MA Tech Services, Inc. for the maintenance of specific equipment. The rationale is that MA Tech Services, Inc. is the original manufacturer and the only entity qualified to provide service, ensuring system performance and avoiding costly delays or errors. The Contracting Officer has determined this sole-source order provides the best value and lowest overall cost. Market research was not conducted due to the unique qualifications of MA Tech Services, Inc., and the requirement will be synopsized on sam.gov. No other facts support the justification, and no actions can be taken to overcome the restricted consideration for future acquisitions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    XRF Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Office of Naval Intelligence, intends to solicit a firm fixed-price contract for maintenance services related to Thermo-Scientific Portable Analytical Instruments Inc.'s Niton XRF equipment. The procurement aims to disable connectivity features such as Camera, Wi-Fi, Bluetooth, and GPS, along with factory calibration following the service completion, with the requirement set for fiscal year 2026. This specialized maintenance is critical for ensuring the operational integrity and security of the analytical instruments used in defense applications. Interested parties may direct inquiries to Doris Coleman at doris.m.coleman6.civ@us.navy.mil, with the understanding that this notice is for informational purposes only and does not constitute a request for competitive quotations.
    Mobile Chemical Agent Detector (MCAD) Systems Maintenance & Support Services contract
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is seeking to award a Firm-Fixed Price contract for the maintenance and support services of Mobile Chemical Agent Detector (MCAD) systems. The contractor will be responsible for troubleshooting, repair, and testing of MCAD equipment, including technical support, software installation, periodic system checks, and sensor upgrades, ensuring the operational readiness of the equipment. This contract is being pursued on a sole source basis with MESH, Inc., the original equipment manufacturer, due to the proprietary nature of the technology involved. Interested parties must submit their responses by December 30, 2025, at 4:00 PM to the designated contacts, Jessica Quell and Devon Gormley, via the provided email addresses.
    Material Condition Assessment of one MK75 Gun Tube (FMS)
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the material condition assessment of one MK75 Gun Tube. The selected vendor, TechMetals, will be responsible for the open inspection and repair of the MK75 Barrel Tube, as they are the only known source capable of fulfilling the government's requirements. This procurement is critical for maintaining the operational readiness and safety of naval equipment. Interested parties must submit their capabilities by December 18, 2026, at 10 AM (EST) to Jimmy Ludwick via email at james.e.ludwick2.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    SOLE SOURCE –MAINTENANCE AGREEMENT
    Dept Of Defense
    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.
    SOLE SOURCE – Mastersizer 3000 laser
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to procure a Mastersizer 3000 laser through a sole source justification. This procurement is focused on acquiring a chemical analysis instrument that is critical for various defense-related applications. The Mastersizer 3000 is essential for precise particle size analysis, which plays a significant role in material characterization and quality control processes. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    SOLE SOURCE – INSTRON SERVICE AGREEMENT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to establish a sole source service agreement for the maintenance and repair of ship and marine equipment. This procurement is justified under the notice type "Justification," indicating that the services are essential and cannot be sourced from multiple vendors. The agreement is crucial for ensuring the operational readiness and reliability of naval equipment, which plays a vital role in national defense. Interested parties can reach out to Shauna Pegg at shauna.m.pegg.civ@us.navy.mil for further details regarding this opportunity.
    Solicitation - Submarine High Data Rate (SubHDR) LN-100 Mast Motion Sensor (MMS) Repair, Restoration and Replacement Services
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for repair, restoration, and replacement services for the Submarine High Data Rate (SubHDR) Mast Motion Sensor (MMS). The contract will encompass depot-level services, including repair, calibration, overhaul, and manufacturing of Shop Replaceable Units (SRUs) to sustain the operational capability of the Fleet's complex mast systems. This procurement is critical for maintaining the SubHDR Mast Group System for the U.S. Submarine Fleet and Foreign Military Sales partners, ensuring the reliability and performance of essential naval equipment. Interested parties should note that this is a sole-source contract with Northrop Grumman Systems Corporation, and inquiries can be directed to Kate Cyr at kate.m.cyr.civ@us.navy.mil or Levi Andrews at levi.s.andrews2.civ@us.navy.mil, with the contract period spanning from January 1, 2024, to December 31, 2028.
    Cyrostat Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, is seeking to award a sole source contract for the maintenance of cryostats to Montana Instruments. This procurement is justified as a sole source due to the specialized nature of the equipment and the expertise required for its maintenance and repair. The cryostats are critical for various research applications within the laboratory, ensuring the integrity and functionality of sensitive instruments. Interested parties can reach out to Candice Tawiah at candice.tawiah@nrl.navy.mil or by phone at 202-875-0091 for further details regarding this opportunity.
    Sole Source Requirement with Rohde & Schwarz for TAA Compliant Oscilloscopes
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to procure fifteen TAA compliant Rohde & Schwarz RTC1002 digital oscilloscopes along with associated warranty extensions and rackmount adapters on a sole source basis. This procurement is critical for enhancing the Real-Time Telemetry Processing System (RTPS) capabilities in new mission control rooms, ensuring accurate measurement and confirmation of telemetry signals. The selected contractor will be required to deliver the equipment within five weeks of order receipt, with a firm-fixed price contract anticipated. Interested vendors should contact Shannon Canada at shannon.m.canada.civ@us.navy.mil for further details and must submit completed provisions 52.204-24 and 52.204-26 with their quotes to be eligible for consideration.