Intent to Sole source Notice: Maintenace for EDAX/AMETEX Octane Elite Plus Energy Dispersive Spectroscopy (EDS) Detector and Silicon Drift Detector (SDD) Module
ID: N4523A25R1303Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Other Personal and Household Goods Repair and Maintenance (811490)

PSC

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

    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to award a sole-source contract for preventative maintenance services on the EDAX/AMETEX Octane Elite Plus Energy Dispersive Spectroscopy (EDS) Detector and Silicon Drift Detector (SDD) Module to EDAX INC. The contract will cover all necessary maintenance activities, including scheduled annual and unscheduled on-site visits, provision of repair parts, and technical support, ensuring compliance with original equipment manufacturer (OEM) specifications critical for analyzing submarine components. This maintenance is vital for maintaining the operational integrity of equipment used in verifying materials for submarine construction. Interested parties must submit their capability documentation by November 4, 2024, to the primary contact, Kenny Vilayvong, at kenny.r.vilayvong.civ@us.navy.mil, or to the contracting officer, Angela Charpia, at angela.m.charpia.civ@us.navy.mil, as no competitive quotes will be solicited.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) details a non-personal services contract for preventative maintenance of the EDAX/AMETEX Octane Elite Plus Energy Dispersive Spectroscopy (EDS) Detector and Silicon Drift Detector (SDD) Module. The contractor is responsible for all necessary personnel, tools, and parts, while performing maintenance to OEM specifications to support the analysis of submarine components. Key objectives include conducting scheduled annual and unscheduled on-site maintenance visits, supplying necessary repair parts, and providing technical support for minor repairs and software updates. The contract spans one base year from December 16, 2024, to December 15, 2025, with four additional option years. The contractor must adhere to quality control measures and government performance standards, with services evaluated according to a Quality Assurance Surveillance Plan. Work will occur at Silverdale, WA, during specified hours, excluding federal holidays. No security clearance is needed, but a security badge is mandatory for base access. This document reflects the government's requirements for maintaining critical analysis equipment essential to verifying materials used in submarine construction and ensuring compliance with specifications.
    Similar Opportunities
    SOLE SOURCE – REPAIR AND CALIBRATION OF SINGLE DENSITY 93000
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the repair and calibration of a Single Density Advantest Verigy 93000, specifically with serial number DE39700883. The contract aims to ensure the maintenance of critical electronic and precision equipment, which is vital for the operational readiness of naval systems. The contract is set to cover services from January 1 to December 31, 2025, with proposals due by October 29, 2024, at 4:00 PM Eastern Time. Interested vendors are encouraged to submit capability statements to Christina Staggs at christina.l.staggs.civ@us.navy.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    SOLE SOURCE – MERIDIAN IV MAINTENANCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking maintenance services for the Meridian IV Microscope and associated components. The procurement aims to secure maintenance and repair services from FEI Company, the sole source identified due to their proprietary rights and specialized capabilities, while also allowing other interested vendors to submit capability statements for consideration. This maintenance is critical for the operational readiness of the equipment used in various defense applications. Proposals are due by 4:00 PM Eastern Time on October 30, 2024, with the contract period set from January 1, 2025, to December 31, 2025. Interested parties should direct inquiries to Morgan Helton at morgan.m.helton.civ@us.navy.mil.
    Service Contract for Malvern Panalytical X-Ray Fluorescence Spectrometer
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) intends to negotiate a sole source contract with Malvern Panalytical, Inc. for preventive maintenance and repair services for its Axios Max X-Ray Fluorescence Spectrometer. The contract will cover a 12-month period, with the possibility of three additional one-year option periods, focusing on maintaining the spectrometer used for elemental composition analysis of various construction materials. This acquisition is critical for ensuring the operational integrity of the spectrometer, which plays a vital role in NIST's research and standards development. Interested parties must submit their capabilities in writing to Hunter Tjugum at hunter.tjugum@nist.gov by October 30, 2024, at 12:00 PM ET, as this notice is not a solicitation for quotes.
    SOLE SOURCE – CELESTRON VF-GOLD MAINTENANCE PACKAGE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for a one-year maintenance package for the Celestron VF-GOLD equipment, exclusively provided by Thermo KeyTek, LLC. This procurement aims to ensure ongoing support, including annual calibration and emergency repair services, as Thermo KeyTek is the original equipment manufacturer and the only authorized provider for these maintenance services. The contract emphasizes compliance with federal acquisition regulations and aims to maintain the operational readiness of critical equipment. Interested vendors must submit their capability statements by the closing date of October 28, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Christina Staggs at christina.l.staggs.civ@us.navy.mil.
    J--Preventative maintenance to spectrometer instruments
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking preventative maintenance services for spectrometer instruments. Spectrometer instruments are typically used for analyzing and measuring the properties of light. This combined synopsis/solicitation is for the sole source purchase of medical equipment maintenance. The procurement is being conducted by the NAVSUP FLT LOG CTR NORFOLK. For further details, please refer to the attached synopsis/solicitation.
    Intent to Sole Source Leslie Valves
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to procure repair services for Leslie Valve assemblies, specifically model PTLHNS-2, from the Original Equipment Manufacturer (OEM). The contractor will be responsible for disassembling, inspecting, repairing, and testing the valves to restore them to the Original Manufacturer's specifications, with the contract duration set from January 1, 2025, to February 28, 2025. This procurement is critical for maintaining operational standards within the defense sector, ensuring reliable refurbishment services for essential equipment. Interested parties must submit their capability documentation by October 29, 2024, to the primary contact, Brianna Webb, at brianna.l.webb3.civ@us.navy.mil, or to the secondary contact, Bailey Butler, at bailey.a.butler2.civ@us.navy.mil.
    49--TE COOLED DTGS DETE
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 17 units of TE Cooled DTGS DETE, identified by NSN 1R-4920-015535576-SX and P/N 714-036900, on a sole source basis from Thermo Electron North America. This procurement is critical as the item is essential for aircraft maintenance and repair, and Thermo Electron is the Original Equipment Manufacturer (OEM) with exclusive rights to provide repair support for this part. Interested vendors are encouraged to submit capability statements or proposals within 30 days of the notice, with the solicitation expected to be issued on November 7, 2024, and a closing date of December 5, 2024. For inquiries, contact Jason J. Sklencar at jason.sklencar@navy.mil.
    Intent to Sole Source Leslie Valves
    Active
    Dept Of Defense
    The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility, intends to procure repair services for Leslie Valve assemblies (model PTLHNS-2) through a sole source contract. The selected contractor will be responsible for restoring the valves to Original Equipment Manufacturer (OEM) specifications, which includes tasks such as inspection, testing for leakage, cleaning, painting, and shipping, all while adhering to strict quality assurance protocols. This procurement is crucial for maintaining government assets and ensuring that specialized equipment operates effectively. Interested parties must submit their capability documentation by October 29, 2024, to Contract Officer Bailey Butler via email at bailey.a.butler2.civ@us.navy.mil, with the contract period expected to run from January 1, 2025, to February 12, 2025.
    Notice of Intent to Sole Source - Extend Services for N6264520P0002 - Maintenance for Varian Linear Accelerator System
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to negotiate a sole source modification for a maintenance contract with Varian Medical Systems, Inc. for the upkeep of Government-owned Varian Linear Accelerator Radiotherapy Systems. This contract is essential for ensuring compliance with OEM specifications and maintaining high operational standards for medical equipment used in Radiology, including adherence to U.S. Navy and Joint Commission standards. The contract, structured as a firm, fixed-price agreement, will cover services from November 1, 2024, to April 30, 2025, with an option for an additional period, and interested parties must submit capability statements by November 12, 2024, to demonstrate their qualifications. For further inquiries, contact Christine Russman at christine.l.russman.civ@health.mil or Jacqueline M. Mendoza at jacqueline.m.mendoza.civ@health.mil.
    Scanning electron microscope maintenance
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking information from qualified contractors for maintenance services of scanning electron microscopes (SEM) at the Corpus Christi Army Depot in Texas. The procurement involves a non-personal services contract for preventative maintenance and repair of the SEM Energy Dispersive Spectrometer (EDS), which is critical for forensic analysis and production support related to rotary wing aircraft and engine testing. Interested companies are encouraged to respond to the Request for Information (RFI) by September 25, 2024, providing details about their capabilities, business size, and socio-economic status, with no compensation for responses. For further inquiries, potential respondents may contact Edward Chilson at edward.a.chilson.civ@army.mil or Dawyn M. Martinez at dawyn.m.martinez.civ@army.mil.