Notice of Intent to Sole Source - PM Services for Autoclear 6040 X-ray Unit
ID: W25G1V4149003OType: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG CONT CT TYAD OFCTOBYHANNA, PA, 18466-0000, USA

NAICS

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

PSC

HAZARD-DETECTING INSTRUMENTS AND APPARATUS (6665)
Timeline
    Description

    Notice of Intent to Sole Source - PM Services for Autoclear 6040 X-ray Unit

    The Department of Defense, specifically the Department of the Army, has issued a Special Notice for the procurement of Preventative Maintenance (PM) services for an Autoclear 6040 X-ray Unit. This service contract will be awarded to Autoclear LLC.

    The Autoclear 6040 X-ray Unit is used for detecting hazards and ensuring security in various settings. The PM services will be provided to an existing Autoclear X-ray Unit located at Tobyhanna Army Depot in Pennsylvania, United States.

    For further information, please refer to the attached Notice of Intent. For any inquiries, please contact Alicia Piercy at alicia.a.piercy.civ@army.mil or 570-615-7068.

    Point(s) of Contact
    Lifecycle
    Similar Opportunities
    70B04C24C03 – Smiths Detection Inc – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - Smiths Detection Inc - Notice of Intent The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Smiths Detection Inc. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment. The equipment provided by Smiths Detection Inc detects illicit material and radiological threats attempting to enter or exit the borders. It is crucial for ensuring the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Smiths Detection Inc is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded no later than August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States. Smiths Detection Inc, located in Edgewood, Maryland, is a provider of technically complex and high-value inspection and detection equipment systems used by CBP to secure land border crossings, airports, seaports, rail crossings, mail handling, and express cargo consignment facilities within the United States and participating countries.
    70B04C24C02 – RAPISCAN SYSTEMS INC – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of intends to award a firm fixed price (FFP) sole source single contract to RAPISCAN SYSTEMS INC for the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment. This equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. The systems must be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation. RAPISCAN SYSTEMS INC is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. The contract will be awarded by August 30, 2024. For more information, contact Monica Y. Watts at monica.y.watts@cbp.dhs.gov.
    Notice of Intent to Sole Source to SPI Borescopes, LLC.
    Active
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) intends to award a sole source contract to SPI Borescopes, LLC for the procurement of two Recon Pro Model 3915 Systems, which include all interchangeable probes. This specialized equipment is essential for inspection purposes, requiring high image quality, articulation capabilities, and low-heat illumination to ensure the safety of sensitive equipment. The DTRA has confirmed that SPI Borescopes is the only vendor that meets these critical specifications following extensive market research, which included outreach to multiple companies. Interested parties can direct inquiries to Jocelyn M. Fritz at jocelyn.m.fritz.civ@mail.mil or Eric M. Rode at dtra.belvoir.J4-8C.mbx.J0XS-Support-Services@mail.mil. This procurement is categorized under a Total Small Business Set-Aside, and further details can be found in the attached Justification and Approval document.
    70B04C24C01 – Leidos Inc. – Notice of Intent
    Active
    Homeland Security, Department Of
    Notice of Intent: Homeland Security, Department of - Leidos Inc. The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Leidos Inc. The contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, including supplies, parts, and services. The equipment is used to detect illicit material and radiological threats attempting to enter or exit the borders. It is crucial for the systems to be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Leidos Inc. is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded by August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States.
    70B04C24C04 – Varex Imaging Corporation – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - US Customs and Border Protection The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Varex Imaging Corporation. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment, which are used to detect illicit material and radiological threats at the borders. The equipment must be operational 24x7x365 to ensure the safe and secure movement of people, cargo, mail, and transportation. Varex Imaging Corporation is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. The contract will be awarded by August 30, 2024. For more information, please contact Monica Y. Watts at monica.y.watts@cbp.dhs.gov.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE – POLY INC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), intends to award a sole source contract to Poly Inc. for the provision of a specialized software tool designed for analyzing and validating Line of Sight (LoS) for live fire training ranges. This procurement is critical for the Range Training Land Program (RTLP), which assists military agencies in the design of training ranges worldwide, necessitating software that is fully compatible with existing engineering applications such as Bentley OpenRoads and Autodesk Civil 3D. The contract will include the delivery of the software within 12 months, along with necessary technical support and training for personnel, ensuring effective utilization of the tool. Interested parties may express their capabilities to respond to this requirement within 15 calendar days of the notice, with inquiries directed to William G. Seelmann at william.g.seelmann@usace.army.mil.
    Intent to Sole Source CT-40 Purchase to CSECO
    Active
    Dept Of Defense
    The Department of Defense, specifically the Utah Army National Guard, intends to award a sole source contract for the purchase of two CT-40 Contraband Team Inspection Kits from CSECO. This procurement is essential for enhancing contraband detection capabilities, as the kits include specialized tools such as the K910G Density Meter and V20 Videoscope, which are critical for safely executing search warrants and identifying hazardous materials. The CSECO kits are recognized for their effectiveness and are endorsed by law enforcement agencies, underscoring their importance in counterdrug efforts. Interested parties must submit their interest and capability to the contracting officer, Otha Henderson, by September 9, 2024, at 0700 AM (Mountain Time), to be considered for this procurement.
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Active
    Commerce, Department Of
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    Intent to Sole Source to North Star Imaging Inc.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Marine Corps Air Station (MCAS) Cherry Point, intends to award a sole source contract to North Star Imaging Inc. for on-site service of an X5000 CT Scanner, which is essential for tube conditioning. This procurement arises from the Fleet Readiness Center East's requirement for specialized maintenance services, with market research indicating that North Star Imaging is the only source capable of fulfilling this need as the original equipment manufacturer. Interested parties may submit a capability statement within five calendar days of this notice, although this is not a request for competitive quotes. For further inquiries, contact Patwanda Brown at patwanda.brown@usmc.mil or Larry Davis at larry.davis1@usmc.mil.
    Notice of Intent to Acquire Using Other than Full and Open Competition
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), intends to modify an existing contract for Enhanced Metal Detectors (EMDs) using other than full and open competition. This modification aims to sustain the safety and contingency stock inventory of EMDs, which are critical for maintaining security protocols at transportation facilities. The TSA plans to award a sole-source modification to CEIA U.S.A, LTD, located in Hudson, Ohio, under the authority of FAR 6.302-1. Interested parties may express their interest or capability to respond to this requirement within 15 days of the notice, and inquiries should be directed to Jacqueline Thring at jacqueline.thring@tsa.dhs.gov.