SOLE SOURCE - FEI COMPANY
ID: N0016424Q0105Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC CRANECRANE, IN, 47522-5001, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, has issued a combined synopsis and solicitation (N00164-24-Q-0105) for a sole-source contract with FEI Company. The purpose is to procure maintenance support for the Helios 5 Laser PFIB, a tri-beam system, for a period of one year.

    The NSWC requires the services of FEI Company due to the proprietary nature of the equipment's technical schematics and the potential risks involved in allowing unauthorized sources to perform maintenance. This contract is, therefore, being awarded without competition. However, the NSWC will consider capability statements from all responsible sources.

    The work involves providing maintenance and support for the Helios 5 Laser PFIB system, ensuring its optimal performance. The key deliverables include troubleshooting, repairs, and general maintenance services.

    To be eligible, applicants must be registered in the System for Award Management (SAM) and possess the necessary experience and expertise in electronic and precision equipment repair, aligning with NAICS code 811210.

    The estimated funding for this contract is expected to be around $100,000 to $250,000. The contract will be awarded based on a fixed-price scenario. Offerors must submit their quotes, along with all required information, by 30 July 2024 at 4:00 PM Eastern Time. Late submissions will not be considered.

    Quotes should be emailed to sandra.e.gunderman.civ@us.navy.mil, as per the primary contact for this opportunity. Offerors should carefully review the solicitation number N00164-24-Q-0172 for further instructions and specific requirements.

    The evaluation criteria will primarily focus on the responsiveness of the quotes to the stated requirements. The NSWC Crane reserves the right to award the contract without conducting discussions or negotiations.

    For further inquiries, interested parties may contact Sandra Gunderman at the provided email address. More information may also be found on the SAM website.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    SOLE SOURCE - FEI COMPANY
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    TESCAN SEM
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to issue a Sole Source Purchase Order for a TESCAN FESEM, a high-resolution, automated Shottky field emission scanning electron microscope. The procurement aims to acquire advanced imaging technology that includes variable pressure capabilities, ultra-high resolution scanning, and a motorized four-axis stage, along with necessary installation and training services. This equipment is crucial for enhancing research in materials science and technology, ensuring seamless integration with existing instruments. Interested parties may submit capability statements to Maribel Ramirez at maribel.ramirez23.civ@us.navy.mil by the response date of September 20, 2024, although no competitive proposals will be solicited.
    SOLE SOURCE –TEST TEARDOWN EVALUATION
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole source procurement for the Test Teardown and Evaluation of the Antenna Support Electronic Assembly (ASEA) Power Supply. This initiative aims to restore failing power supplies on naval ships, which is critical following recent upgrades, and requires the contractor to provide all necessary labor and materials under firm fixed pricing terms. The total budget for this procurement is capped at $250,000, with a completion deadline extending up to 12 months post-award, and interested vendors must submit their offers by September 18, 2024, at 4:00 PM Eastern Time to Marty Arvin at marty.arvin2.civ@us.navy.mil.
    Bruker M4 Tornado Plus 26S Service Maintenance
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, intends to award a contract for service maintenance of the Bruker M4 Tornado Plus 26S Super Light Element Micro X-Ray Fluorescence (XRF) System. The procurement involves a firm-fixed-price purchase order for recurring maintenance services, including a base contract with two optional years, valued at approximately $85,155. This specialized system is critical for both commercial and government applications, and the justification for a sole source procurement is based on Bruker being the only authorized provider of necessary services and parts in the U.S. Interested firms must express their capabilities to the Contract Specialist, Cuong Chau, at cuong.chau.1@us.af.mil, or the Contracting Officer, Rebecca Natal, at rebecca.natal.1@us.af.mil, within five days of this notice, with the award expected by September 30, 2024.
    REQUEST FOR INFORMATION (RFI) – Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier Spares and Repairs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through the Naval Surface Warfare Center, Crane Division (NSWC-CR), is issuing a Request for Information (RFI) for Radio-Frequency (RF) Continuous-Wave (CW) X/Ku-Band High Power Amplifier spares and repairs. The procurement aims to establish a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for testing, teardown, evaluation, and repair services of the Microwave Power Module (MPM) component used in the AN/SLQ-59 system. This initiative is crucial for sustaining the operational capabilities of the AN/SLQ-59 program, with the government planning to award the IDIQ on a sole source basis to Stellant Systems, Inc. Interested parties must submit their responses by September 30, 2024, at 4:00 PM EDT, and can direct inquiries to Elizabeth Hacker at elizabeth.m.hacker3.civ@us.navy.mil or by phone at 812-381-5170.
    SOLE SOURCE – Procurement of Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking to procure Test Requirement Documents (TRDs), Logistics Product Data (LPD), and Engineering Data for Provisioning (EDFP) for the AN/ZPY-3(v)2 Multi-Function Active Sensor (MFAS) Shop Replaceable Assemblies (SRA). This procurement is essential for supporting future Organic Depot activation at the Fleet Readiness Center Southeast (FRCSE) and is critical for the MQ-4C Triton Unmanned Aircraft System's air-to-surface maritime radar capabilities. The contract will be awarded on a sole source basis to Northrop Grumman, the Original Equipment Manufacturer, with an anticipated issue date of September 23, 2024, and a closing date of October 23, 2024, at 2:00 PM Eastern. Interested parties may contact Gavin Thompson at 812-381-2514 or via email at gavin.d.thompson2.civ@us.navy.mil for further inquiries.
    CIRCUIT CARD ASSEMB
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, seeks contractor support for circuit card assembly services. This opportunity falls under the NAICS code 334412: Bare Printed Circuit Board Manufacturing, and the primary contact for inquiries is Seana M. Steiner, whose email is provided as seana.m.steiner.civ@us.navy.mil. The work scope involves repairing and assembling circuit cards, following strict quality requirements. The contractor must possess the capability to perform all repair work in accordance with their own and the government's approved documents, including drawings, technical orders, and manufacturing instructions. Strict marking and identification standards, as outlined in MIL-STD-129, must be applied to the assembled cards. The Navy reserves the right to inspect and accept the delivered items, with the contractor responsible for keeping detailed records of their work for a period of 365 days after delivery. Packaging and preservation must adhere to MIL-STD 2073. The current reference for ordering documents related to this work is BOAN00104-10-G-A002, with specific instructions provided in the attached documents. Interested parties should take note of several important considerations: The requirement for items to be mercury-free, with provisions for situations where mercury is a functional component. Strict penalties and price reductions for failure to meet the requested Repair Turn Around Time (RTAT) of 350 days. The bilateral nature of the contract, requiring written acceptance by the contractor before execution. The inclusion of Defense Priorities and Allocations System (DPAS) certification for national defense. To submit a quote, the following information must be included: Repair prices as a Firm-Fixed Price (FFP) for the entire repair scope. Cost of new items, actual or estimated, for evaluation purposes. Any exceptions to the specified standards, such as packaging and inspection locations. Teardown & Evaluation Rate. Repair Turn Around Time (RTAT). Throughput Constraint. Induction Expiration Date. Additionally, applicants should be aware that the Navy uses the Wide Area Workflow (WAWF) system for payment instructions and certifications. The government does not provide information on funding, eligibility criteria, or submission deadlines. However, the contact email provided, seana.m.steiner.civ@us.navy.mil, can likely provide further clarification on these aspects. For any clarification or questions, contractors should contact the primary contracting officer, Seana M. Steiner, using the provided email address.
    17--FSIB,AIRCRAFT,MATER, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Flight Critical components identified as FSIB, Aircraft Mater, with NSN 1710-01-550-4243 and part number 2056AS0700-G01. The procurement requires engineering source approval from the Naval Air Systems Command, and only companies that have been previously approved or have submitted a Source Approval Request will be eligible for award. These components are crucial for shipboard systems that enable the launch and recovery of aircraft, emphasizing the importance of quality and compliance with stringent repair and inspection standards. Interested contractors must submit their quotes via email to connor.c.lewis.civ@us.navy.mil by the specified deadline, and for further inquiries, they can contact Jason Sklenkar at 215-697-4179 or via email at jason.sklencar@navy.mil.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    Annual Maintenance of Markforged Metal X Printer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is soliciting quotes for the annual maintenance, refurbishment, calibration, and certification of Markforged Metal X 3D Printer Systems. This procurement aims to ensure the operational readiness and reliability of critical equipment over a contract period consisting of one base year, four option years, and an additional six-month option, with services commencing on September 30, 2024. The selected contractor will be responsible for comprehensive service, including the replacement of worn parts and the provision of certification reports, while adhering to stringent safety, environmental, and operations security requirements outlined in associated documents. Interested vendors must submit their quotes by September 20, 2024, to both primary and secondary contacts, Luz Thibeau and Shanna Tamayori, via email, and ensure registration with the System for Award Management (SAM) prior to the award date.
    59--ELECTRONIC COMPONEN
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure electronic components. This is a presolicitation notice for a contract involving a flight-critical component, requiring government approval for the source prior to award. The Navy seeks offers from approved sources for the component, which must include specific technical data for consideration. Responsible sources may submit proposals within 45 days. The component in question, NSN 7R-5998-010610447-VF, is critical to the Navy's operations, as it is a spares part for their weapon systems. The data sheet and other information can be found on the Navy's website. This opportunity is time-sensitive, and the government intends to award the contract to a single source with the required approval and capabilities. Offers should be submitted with the necessary technical information detailed in the NAVSUP WSS Source Approval Information Brochures. Contact Jena Visconto at jena.visconto@navy.mil or (215) 697-2910 for more information. The funding amount is not specified, and the deadline for submissions is 45 days from the publication of this notice.