Notice of Intent to Award Sole Source - 3 OSS Calibration and Maintenance of RT3
ID: F1W1G24177AW01Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the calibration and maintenance of RT3 Runway Friction Testing equipment at Joint Base Elmendorf-Richardson, Alaska. The contract will be awarded to Halliday Technologies, Inc., which is uniquely qualified to perform these services due to its specialized training and proprietary knowledge of the RT3 equipment. This maintenance is critical for ensuring the operational readiness of government property, with an estimated contract value of $12,000 and a performance period of up to 1095 days. Interested vendors who believe they can meet the requirements outlined in the Performance Work Statement should contact Sean Leigh or Zachery Pullen before the submission deadline, which is expected around September, within the annual calibration window of August 1 to October 15.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the calibration and maintenance requirements for the Real Time Traction Tool (RT3) at Joint Base Elmendorf-Richardson, Alaska. The focus is on ensuring the RT3 runway friction test equipment functions optimally. The contractor must conduct annual calibration and maintenance within a specified period, certifying the RT3's readiness. The work involves detailed inspections, testing, and updates, taking around eight hours per unit. Throughout the year, the contractor will also provide remote repair support, and if needed, authorized on-site repairs. The contract period is up to 1095 days. Key tasks include comprehensive inspections, equipment testing, and necessary updates. The contractor must adhere to strict base access and security protocols and maintain a clean work area. The evaluation of proposals will likely focus on the contractor's ability to meet the detailed technical requirements and deliver efficient, timely services. Important dates include the submission deadline, expected around September, within the annual calibration window of August 1 to October 15.
    The document outlines a Single Source Justification for the calibration and maintenance of the RT3 runway friction test equipment, specifically from Halliday Technologies, Inc. This service is crucial as the equipment is government property and requires annual certification. The estimated cost for the contract is $12,000. Halliday Technologies is unique in its ability to perform these services due to specialized training and the proprietary nature of the RT3 equipment. Efforts to find alternative service providers through market research revealed no viable candidates, as all searches ultimately pointed back to Halliday Technologies. To avoid future single-source dependencies, plans are in place to focus on procuring equipment that can be serviced by multiple vendors when replacement is necessary. The contracting officer, Zachery Pullen, confirmed that only a single source could meet the necessary requirements under the cited FAR regulation. This justification aims to ensure continued operational readiness of the RT3 equipment while addressing federal procurement protocols.
    Similar Opportunities
    SYNOPSIS OF PROPOSED CONTRACT ACTION - Dynatest Heavy Weight Deflectometer Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, intends to award a sole-source contract to Dynatest US Inc. for the annual service, maintenance, overhaul, and training of four Dynatest Heavy Weight Deflectometer (HWD) systems at Tyndall Air Force Base in Florida. This contract will cover comprehensive maintenance services, including inspections, software updates, calibrations, and a 12-month warranty on parts and workmanship, along with essential hands-on training for personnel operating these specialized systems used in pavement evaluation. The need for this contract arises from Dynatest being the sole provider of proprietary software and support for their equipment, ensuring operational readiness and data reliability for airfield assessments. Interested parties can contact Tucker Januchowski at tucker.januchowski@us.af.mil or Nicole Dean at nicole.dean.2@us.af.mil for further information.
    ReRepair of 8 N9913A/N9923A FieldFox RF Vector Network Analyzer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of eight N9913A/N9923A FieldFox RF Vector Network Analyzers, which are critical for maintaining the ATCALS systems used by pilots for landing aircraft. This procurement will be a Sole Source Direct Award to Keysight Technologies Inc., and the contract will be structured as a Firm Fixed Price (FFP) agreement. The successful contractor will ensure the operational readiness of these analyzers, which play a vital role in aviation safety and efficiency. Proposals are due by September 20, 2024, at 3:00 PM CST, and interested parties should direct inquiries to Donald Wallar at donald.wallar@us.af.mil or call 405-739-7664.
    Notice Of Intent To Award For Sole Source Vacuum Maintenance Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for vacuum maintenance services to Dustcontrol Inc. at Joint Base Elmendorf-Richardson, Alaska. The contract involves the installation of a new main control panel and components for a centralized vacuum system, which is critical for mitigating hazardous sanding dust, and includes the provision of specific solenoids and remote panels, with completion expected by October 2024. This procurement is essential for maintaining the functionality of a facility-wide dust control system, ensuring safety and operational efficiency. Interested parties who believe they can meet the requirements are encouraged to submit their capabilities in writing to the primary contacts, William Gentry and Beau Burton, by the specified response date, as no competitive quotes will be accepted.
    Compact and Outdoor Antenna and Radome Ranges
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the calibration and preventive maintenance of compact indoor and outdoor antenna/radome test facility equipment at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary parts, labor, equipment, materials, travel, and services to support the Electronic Maintenance Group (EMXG), covering multiple ranges including Ranges 1-5, 9, and ALM-266, with ALM-266 requiring preventative maintenance only. This procurement is a sole source requirement directed to NSI-MI Technologies, Inc., with plans for a Firm-Fixed Price (FFP) contract for one base year and four option years, anticipated to be awarded around September 23, 2024. Interested parties may express their interest and capability to respond, but no foreign companies will be permitted to participate; inquiries can be directed to Claudette Macneil at claude.macneil@us.af.mil or Michele Watts at michele.watts.1@us.af.mil.
    FASTHALL MEASUREMENT SYSTEM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source purchase order for a FASTHALL Measurement System to Lakeshore Cryotronics. This procurement is necessary to fulfill specific agency requirements that can only be met by this vendor, as no other supplies or services will suffice. The FASTHALL Measurement System is critical for laboratory applications, falling under the category of laboratory equipment and supplies. Interested parties have 15 calendar days from the publication of this notice to express their interest and capability, with inquiries directed to Richard Key at richard.a.key2.civ@us.navy.mil. The procurement will utilize Simplified Acquisition Procedures, with a threshold not exceeding $250,000.
    Bead Breaker
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a 3MXS Bead Breaker, essential for the maintenance of aircraft wheel assemblies at Joint Base Elmendorf-Richardson (JBER) in Alaska. This equipment is critical for rapidly disassembling aircraft wheels and tire assemblies, specifically for C-17, E-3, and F-22 aircraft, and must meet specific technical requirements including a 60,000 lb capacity and compatibility with wheels up to 22 inches in size. Interested vendors are required to submit their quotes by September 20, 2024, and must ensure compliance with federal procurement guidelines, including maintaining current registrations in the System for Award Management (SAM). For further inquiries, vendors can contact William Gentry at william.gentry.8@us.af.mil or SSgt Jake P Montalbano at jake.montalbano@us.af.mil.
    Notice of Intent to Sole Source Acutronic USA Inc
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Holloman Air Force Base, intends to award a sole source contract to Acutronic USA Inc. for the evaluation of the Contraves Model 445 120-inch Air Bearing Centrifuge, which has experienced significant water intrusion. The procurement aims to engage a certified technician to conduct a thorough inspection and assessment of the centrifuge's operational parameters and damage, ensuring its readiness for critical military testing applications. This specialized equipment, valued between $75 million and $100 million, is essential for inertial testing, and Acutronic is the only vendor with the necessary expertise to service it. Interested parties may submit capability statements by September 25, 2024, with the anticipated award date set for September 30, 2024. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil.
    Inspect and Certify Indoor Fall Protection Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to inspect and certify indoor fall protection equipment at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor will be responsible for providing management, tools, supplies, equipment, and labor necessary for the inspection, testing, repair, and certification of hangar fall protection systems, ensuring compliance with ANSI Z359 standards and OSHA regulations. This procurement is critical for maintaining safety and operational integrity within the hangar environment, emphasizing the importance of regulatory adherence and effective communication throughout the contract's lifecycle. Proposals are due by 12:00 p.m. Alaska Time on September 19, 2024, and interested parties should contact Martin Khan at Martin.khan@us.af.mil or 907-551-0247 for further details.
    VeEX Ethernet Test Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the 673d Contracting Squadron at Joint Base Elmendorf-Richardson, Alaska, is soliciting quotes for the procurement of VeEX Ethernet Test Equipment under the Request for Quote (RFQ) FA500024Q0083. This acquisition specifically requires brand name VeEX products, including advanced Ethernet test devices and associated cables, to enhance network testing capabilities essential for military operations. The procurement emphasizes the importance of technical specifications and compatibility with existing systems, ensuring reliability in telecommunications and data communications. Interested vendors must submit their quotes by 2:00 PM AKDT on September 23, 2024, and can contact John F. Gosh or Jason P. Topick for further information.
    Calibration of Multiple Attenuator Sets
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Redstone Arsenal, is seeking accredited calibration and repair services for fifteen specialized test unit items, including various attenuator sets and resistors. This procurement action is a follow-on requirement based on previous calibration conducted by APSL, which identified the necessity for specific brand calibration due to unique mission requirements and increased costs from NIST. The contract may include both cost reimbursable and fixed-price elements, with the equipment being shipped overseas for servicing, emphasizing the importance of brand-specific calibration for the Army's operational needs. Interested vendors can contact Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil for further details.