SOLE SOURCE Service for Initial inspection of the scanning electron microscope (SEM) / energy dispersive spectrometer (EDS) instrument in accordance with Original Equipment Manufacturer (OEM) standards to ensure equipment can be covered by an Annual Warran
ID: W912NW-25-Q-0035Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK CCAD CONTR OFFCORPUS CHRISTI, TX, 78419-5260, USA

NAICS

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

PSC

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

    The Department of Defense, specifically the Army Contracting Command, is soliciting a sole-source contract for the initial inspection of a Scanning Electron Microscope (SEM) and Energy Dispersive Spectrometer (EDS) to ensure compliance with Original Equipment Manufacturer (OEM) standards. The objective of this procurement is to maintain the functionality of critical analytical equipment necessary for forensic analysis, particularly in support of the Accident Investigation Branch. The contract is intended for Jeol USA, Inc., the only qualified source due to its proprietary rights and specialized knowledge, with a performance period of 90 days after receipt of order. Proposals are due by February 11, 2025, at 10:00 AM local time, and interested parties can contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum outlines a sole-source procurement action by the Army Contracting Command for services related to the initial inspection of a scanning electron microscope (SEM) and energy dispersive spectrometer (EDS) to ensure compliance with Original Equipment Manufacturer (OEM) standards. The intended contractor, Jeol USA, Inc., is highlighted as the only source due to its proprietary rights and specialized knowledge required for maintenance and support of the equipment. The procurement is justified under FAR 13.106-1(b)(1), permitting limited competition for urgency and exclusive licensing agreements. The period of performance for the contract is set at 90 days after receipt of order (ARO), funded through Army Operations and Maintenance funds. Market research conducted prior to the proposal confirmed the lack of alternative contractors, reinforcing the sole-source rationale. This action underscores the necessity of maintaining critical equipment for forensic analysis in support of the Accident Investigation Branch, emphasizing the specialized nature of the services needed. Overall, the memorandum details the procedural justifications for limited competition in government procurements under specified regulations while indicating a commitment to ensuring the reliability of essential analytical equipment.
    The document is a solicitation for a contract (W912NW25Q0035) issued by the Army Contracting Command for the provision of a one-time initial inspection of a Scanning Electron Microscope (SEM) Energy Dispersive Spectrometer (EDS) according to OEM standards. The inspection ensures the equipment is covered by an Annual Warranty Contract. The contracting process requires compliance with various federal regulations, including small business certifications and labor wage determinations. Proposals are due by February 11, 2025, at 10:00 AM local time. Several clauses regulate the contracting conditions, addressing topics such as tax liability, ownership disclosure, compliance with child labor laws, and the Buy American Act. The overarching goal is to enhance equipment functionality while adhering to government procurement standards, reflecting increased engagement with small businesses and adherence to federal contracting integrity guidelines. The document’s structured format includes sections detailing the solicitation particulars, terms, conditions, and required certifications, ensuring a comprehensive understanding of the contracting requirements and expectations for potential offerors.
    Similar Opportunities
    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.
    Intent to Award Sole/Single Source - ThermoFisher Helios G4 UX and Helios G2 600 Dual Beam FIB Systems Scanning Electron Microscope System
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole source contract for maintenance services on the ThermoFisher Helios G4 UX and Helios G2 600 Dual Beam FIB Systems Scanning Electron Microscope System at Wright-Patterson Air Force Base in Ohio. The contract will cover on-site preventative and corrective maintenance, with the contractor responsible for all necessary personnel, tools, and materials, ensuring compliance with local, state, and federal regulations. This specialized equipment is critical for the AFRL's research and development efforts, necessitating expert maintenance from ThermoFisher Scientific, the original manufacturer and sole authorized service provider. Interested parties may submit capability statements or exceptions to the sole source intent by February 7, 2025, to Jason Sav at jason.sav@us.af.mil, with the contract period commencing on January 27, 2025.
    Letterkenny Army Depot requirements service contract for Offsite repairs for the Rhode & Schwarz, Fluke, PXIE -5172, Tektronix oscilloscope
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is seeking vendors capable of providing off-site repair services for various electronic instruments, specifically Rhode & Schwarz, Fluke, PXIE -5172, and Tektronix oscilloscopes. The procurement requires contractors to ensure that all repairs meet OEM calibration standards and include a one-year warranty post-repair, with the contract spanning one base year and two additional option years. This opportunity is crucial for maintaining the operational readiness of essential electronic testing equipment used by the Army. Interested vendors must submit their capability statements and relevant past performance data by February 12, 2025, to David T. Serotkin at david.t.serotkin.civ@army.mil, and must be registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF).
    One (1) Fiber Cleave Inspection System
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command in Adelphi, Maryland, is seeking to procure one Fiber Cleave Inspection System from Nyfors Teknologi AB, a single-source vendor located in Sweden. This procurement is conducted under non-competitive guidelines due to the specific requirements of the equipment, which is essential for ensuring quality in fiber optic cable manufacturing. The delivery of the system is required by April 15, 2025, and interested parties must submit their proposals within five business days of the posting. For further inquiries, potential contractors can contact Kristin Moller at kristin.g.moller.ctr@army.mil or Richard Caleb Baisden at richard.c.baisden2.civ@army.mil.
    SPE4A825Q0036 - Manual-Conveyance Intelligent Fluorescent Penetrant System
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is preparing to issue a sole-source solicitation for a Manual-Conveyance Intelligent Fluorescent Penetrant Inspection System. This procurement aims to acquire one unit of the inspection system, with a contract completion timeline of 200 days after receipt of order (ARO), and includes a comprehensive technical data package detailing design, lubrication, supplies, and labor requirements. The system is crucial for ensuring the quality and safety of metal components, particularly in defense applications. Interested vendors should note that the solicitation is anticipated to be released on February 24, 2025, with a closing date of March 24, 2025. For further inquiries, Roberta Anderson can be contacted at roberta.anderson@dla.mil or by phone at 804-659-8013.
    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.
    Request for Information - Digital Microscope
    Buyer not available
    The Department of Defense, specifically the U.S. Army DEVCOM Soldier Center, is seeking information from potential sources to provide a Digital Microscope to enhance its quality assurance/control program. The required microscope must feature 4K resolution capabilities, a magnification range of 5x to 6,000x, and the ability to capture and securely store images with minimal sample preparation, among other specifications. This procurement is critical for ensuring the integrity of sensitive material production and compliance with ISO 9000 quality management standards. Interested parties are encouraged to submit their responses by February 14, 2025, at 5:00 p.m. EST, to the designated contacts, Christine Poulack and Mary Prebensen, via email. This announcement is a Sources Sought notice and does not constitute a solicitation or guarantee of future procurement.
    1. Each. Item EA-300 Keyence Laser-based Elemental Analyzer
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking quotations for the procurement of one Keyence Laser-based Elemental Analyzer, as part of a combined synopsis/solicitation. This advanced analytical instrument is intended for use in the Chemical Sampling and Analysis Branch to enhance elemental analysis capabilities without the need for vacuum or pre-processing, thereby facilitating seamless transitions from observation to analysis. The acquisition aligns with recommendations from Army organizations and aims to improve laboratory analytical capabilities using state-of-the-art technology. Interested small businesses must submit their quotes by February 24, 2025, to Lenard Wright at lenard.b.wright.civ@army.mil, and ensure they are registered in the System for Award Management (SAM) prior to award consideration.
    SOLE SOURCE – Integrated Maintenance Assemblies (IMA)
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Integrated Maintenance Assemblies (IMA) through a sole source contract with Cobham Advanced Electronic Solutions (CAES). The requirement includes a total of 27 IMAs, specifically 10 units of P/N 561R592H02 and 17 units of P/N 561R638H01, with delivery expected 12 months after receipt of order. These assemblies are critical components used in various defense applications, and the sole source procurement is justified due to the unique capabilities of CAES as the only manufacturer able to meet the government's needs without incurring excessive costs or delays. Interested parties may submit capability statements or proposals by the closing date of February 14, 2025, with inquiries directed to Roger Brett at roger.l.brett.civ@us.navy.mil.
    Sole Source Helitune
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Corpus Christi Army Depot, is seeking to award a sole-source contract to Helitune, Inc. for the maintenance and calibration of the Helitune WhirlTrak System, which is vital for ensuring helicopter rotor blade quality control. The contract encompasses annual calibration, preventative maintenance, spare parts provisioning, and on-site repair services, structured as a Hybrid Firm-Fixed Price/Time and Material contract with a base year and two additional option years. This procurement is critical as Helitune, Inc. is the only vendor with the proprietary rights and expertise necessary to maintain the system according to OEM specifications, ensuring compliance with safety standards. Interested parties can contact Carlos Bernal at carlos.s.bernal.civ@mail.mil for further information, with proposals due by November 8, 2024, at 4:00 PM.