PURCHASE OF SERVICE AGREEMENT FOR PREVENTATIVE MAINTENANCE TO NION ULTRASTEM 200-X
ID: N00173-24-Q-1122Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a sole source purchase order to NION for the purchase of a service agreement for preventative maintenance to NION ULTRASTEM 200-X. This service agreement is used for the maintenance and repair of equipment, specifically maintenance and repair shop equipment. The place of performance for this procurement is Washington, DC, with a zip code of 20375, in the United States. The size standard for this requirement is 1000, and the procurement will be made utilizing Simplified Acquisition Procedures. Interested parties have fifteen calendar days to express their interest and capability to respond to this requirement. The primary contact for this procurement is Dwyane McQueen, who can be reached at dwyane.mcqueen@nrl.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Office of Naval Research (ONR) - UNISON Acquisition Maintenance and System Support Services- Notice of Intent to Sole Source
    Buyer not available
    The Office of Naval Research (ONR), part of the Department of Defense, intends to award a Firm Fixed Price (FFP) contract to Unison Software, Inc. for the continued operations and maintenance support services of the UNISON ACQUISITION system. This procurement is justified under FAR 13.500(a) as Unison is the only source capable of providing the necessary expertise and proprietary access to the software critical for ONR's operations. The contract is expected to be announced around March 2025, and while this notice is not an invitation for proposals, interested parties may submit their technical capabilities within fifteen days for consideration. For further information, potential vendors can contact Joan Troutman at joan.r.troutman.civ@us.navy.mil or Alejandro Moreno at alejandro.moreno.civ@us.navy.mil.
    Notice of Intent to Sole Source Award to Hologic Sales and Service
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract to Hologic Sales and Service for the maintenance and servicing of government-owned Fluent Systems at the Naval Medical Center San Diego. The contract aims to ensure comprehensive maintenance services that adhere to original equipment manufacturer (OEM) specifications, including regular preventive maintenance, timely corrective actions, and the use of qualified personnel, while maintaining a 95% equipment uptime rate. This procurement is critical for maintaining operational efficiency and compliance with safety standards in medical equipment management. Interested parties must submit capability statements by email to Dwayne M. Casad, with the subject line referencing the special notice number HT941025N0035, as no competitive proposals will be accepted.
    Pre-Solicitation Notice - Navy Maritime Maintenance Enterprise Solution Program Support
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, intends to negotiate a sole-source contract for the Navy Maritime Maintenance Enterprise Solution (NMMES) program support with Imagine One Technology & Management, LTD. The procurement aims to provide uninterrupted engineering support in areas such as IT life cycle planning, operations, sustainment, documentation, program management, and training, ensuring the successful development and operation of the NMMES program. This initiative is critical for enhancing shore-based ship maintenance and logistics systems, aligning with Navy operational requirements and facilitating effective lifecycle management. The anticipated contract will have a base performance period from April 1, 2025, to August 25, 2025, with an option period extending to December 22, 2025. Interested parties can contact Thomas K. Chong at thomas.k.chong.civ@us.navy.mil or Jaymee S. Jiao at jaymee.s.jiao.civ@us.navy.mil for further information.
    REPAIR OF THE NSI LASER MILL CUTTING SYSTEM
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the repair of the NSI Laser Mill Cutting System, with a focus on small business participation as this is a total small business set-aside procurement. The procurement requires the provision of new equipment, specifically brand name or equal items, and emphasizes the necessity for vendors to be authorized distributors to ensure compliance with warranty and service requirements. This opportunity is critical for maintaining the operational capabilities of the laboratory's optical instrumentation, which supports various research and technological advancements. Interested vendors should submit their quotations to James Chappell at james.chappell@nrl.navy.mil by the specified deadline, ensuring they are registered in the System for Award Management (SAM) database.
    Dell Data Domain Maintenance
    Buyer not available
    Dell Data Domain Maintenance is being procured by the DEPT OF DEFENSE, specifically the DEPT OF THE NAVY, through the NAVAL RESEARCH LABORATORY. This procurement falls under the category of IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW). The place of performance is Washington, DC, with the zip code 20375, in the United States. The primary contact for this procurement is James Chappell, who can be reached at james.chappell@nrl.navy.mil or 2029231418. The secondary contact is Kimberly Martin, who can be reached at kimberly.martin@nrl.navy.mil. The description of this procurement is a combined synopsis/solicitation for commercial items, specifically Dell Data Domain Maintenance. The Naval Research Laboratory is seeking to purchase this item, and interested companies are requested to provide quotations. The procurement is for brand name or equal items in accordance with FAR 52.211-6. The solicitation provisions and clauses are incorporated in this notice. The contract terms and conditions required to implement statutes or executive orders are also applicable. The evaluation of offers will be based on the lowest price technically acceptable criteria. The submission should include a statement regarding the acceptance of the terms and conditions in the solicitation. The deadline for submission is specified in the notice.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    N00383-25-R-H020
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking a contractor for the repair of a specific National Stock Number (NSN): 7RH 7025-01-672-6192 QE, with a quantity of 32 units. This procurement is categorized as an 8(a) Sole Source opportunity under FAR 19.8, indicating that it is set aside for small businesses that are part of the 8(a) Business Development Program. The goods involved are critical components used in aircraft operations, emphasizing the importance of reliability and quality in the repair process. Interested parties should direct inquiries to Albert J. Russo III at (215) 697-2974 or via email at ALBERT.RUSSO@NAVY.MIL for further details.
    North Atlantic Industries Sensor interface Unit
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is seeking to procure a Sensor Interface Unit (Part Number: SIU6-EP30C355A-200B) on a sole-source basis from North Atlantic Industries. The procurement involves eight units along with essential subcomponents, including a power supply and additional cards, which are critical for operational compatibility. This equipment is vital for navigation and guidance systems within military applications, ensuring precise operational capabilities. Interested parties must submit their proposals by October 28, 2024, at 6:00 PM EST, and can direct inquiries to Hannah Murphy at Hannah.l.murphy7.civ@us.navy.mil or by phone at 401-832-8020. Compliance with federal acquisition regulations and registration with the System for Award Management (SAM) is required prior to award.
    36--UNION,CELL GLAND, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified sources for the repair and modification of a union cell gland, identified by NSN 7H-3655-010932151-CP, with a quantity of 351 units required. The Navy does not possess the technical data necessary for the production of this item, which has been determined to be a sole source requirement, meaning only approved sources by the In-Service Engineering Activity (ISEA) may be considered. Interested companies must be certified as a Depot Overhaul Point (DOP) and are encouraged to submit a Source Approval Request (SAR) to demonstrate their capability to repair this item, as the process to become an approved source can be lengthy. For further inquiries, interested parties can contact Alison N. Bruker at (717) 605-6447 or via email at ALISON.BRUKER@NAVY.MIL, with proposals due within 45 days of the notice publication.
    Procure VIC MS50 Helium Leak Detector Service Maintenance contract
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for the maintenance and calibration of up to six MS50 Wet Helium Leak Detectors to Vacuum Instruments Corporation, LLC. The contract will encompass preventative maintenance every six months, calibration services adhering to ANSI/NCSL Z540.3 and ISO 17025 standards, and emergency repair services, with the potential for one emergency visit annually. This initiative is critical for ensuring reliable detection maintenance, which is essential for operational efficiency at NSWC IHD. Interested parties must submit their capabilities by February 10, 2025, at 10 AM EST, and should direct inquiries to Natella Calliste at natella.k.calliste.civ@us.navy.mil.