SOLE SOURCE – REPAIR AND CALIBRATION OF SINGLE DENSITY 93000
ID: N0016425Q0010Type: 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, 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) by the Naval Surface Warfare Center Crane Division for a sole-source contract to JAD Group Inc. for maintenance services on Advantest Verigy 93000 equipment with serial number DE39700883. The RFP specifies the solicitation number N0016425Q0010, due date of October 29, 2024, and contains relevant information on contract terms, payment procedures via Wide Area Workflow (WAWF), and scope of services including unlimited consumable parts replacement and on-site repairs. The solicitation cites compliance with various government regulations, including small business provisions and clauses relevant to contractor conduct, inspections, and payment processes. The maintenance services are set to cover the contract duration from January 1 to December 31, 2025, with clear guidelines on pricing structure and shipping responsibilities for parts. This RFP illustrates the government’s approach to outsourcing critical services while adhering to legal and regulatory requirements for transparency and fairness in procurement processes. A public note is made encouraging other entities to submit capability statements for consideration, demonstrating the government's intent for potential competitive bidding despite the sole-source justification.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    SOLE SOURCE -MAINTENACE AND REPAIR OF OVERHEAD CRANE
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking maintenance and repair services for an overhead crane, with a sole source procurement intended for T&M Equipment Company, the original equipment manufacturer. This contract aims to ensure the reliable operation of the government-owned crane runway, which is critical for various naval operations. Interested vendors are invited to submit capability statements, although the contract is primarily directed towards T&M Equipment Company due to their unique qualifications. Proposals must be submitted via email by 2:00 PM Eastern Time on October 29, 2024, with the anticipated delivery timeframe for services set between October 31, 2024, and December 16, 2024. For further inquiries, interested parties can contact Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil.
    66--CALIBRATING DEVICE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is preparing to solicit a contract for the repair and modification of a calibrating device, identified by NSN 7H-6625-005888873. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and is intended for repairs only, as the Government does not possess the necessary data or rights to procure this part from alternative sources. This opportunity is critical for maintaining the operational capabilities of the Navy's electronic and electrical measuring instruments. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of this notice, with all proposals being considered by the Government. For further inquiries, potential bidders can contact Amber Wale at (717) 605-2541 or via email at AMBER.WALE@NAVY.MIL.
    Calibrate and Repair Serial Number 1040C
    Active
    Dept Of Defense
    The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.
    70--DISPLAY UNIT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for a DISPLAY UNIT under a sole source contract with Northrop Grumman Systems Corporation. The procurement involves the repair of one unit identified by NSN 7R-7025-017030668-EY, with no available drawings or data for alternative sourcing, as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this repair. Interested parties are invited to submit capability statements or proposals within 30 days of the notice, with the solicitation expected to be issued on November 7, 2024, and proposals due by December 5, 2024. For further inquiries, interested organizations may contact Jason J. Sklencar at Jason.Sklencar@navy.mil.
    SOLE SOURCE – EVALUATION AND REPAIR OF INTEGRATED MICROWAVE ASSEMBLIES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the sole source evaluation and repair of Integrated Microwave Assemblies (IMA) specific to the Airborne Electronic Attack Systems EA-18G FST Program. The procurement involves a firm-fixed-price contract for the evaluation and potential repair of 18 IMAs, with the unique nature of the items necessitating a sole source supplier, CAES Systems LLC. This contract is critical for maintaining the operational readiness and effectiveness of advanced military systems, ensuring compliance with U.S. export controls and government property regulations. Interested contractors must submit their proposals by October 30, 2024, at 4:00 PM Eastern Time, and can direct inquiries to Emily Wichman at emily.j.wichman.civ@us.navy.mil.
    0722-01 VAB Upgrade
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWC), is seeking proposals for the repair and upgrade of fifty (50) malfunctioning Variable Action Button (VAB) panels, originally manufactured by Comark LLC. The objective of this procurement is to restore these panels to full operational status, as they are critical components used in the TI-16 Common Display System (CDS) Consoles for tactical displays in the Ships Self Defense System (SSDS). The selected contractor will be responsible for evaluating each panel, executing repairs using OEM parts, and ensuring compliance with the specified technical criteria outlined in the Statement of Work. Proposals are due by November 1, 2024, with an anticipated award date later that month. Interested vendors should contact Terrence Turner at terrence.o.turner.civ@us.navy.mil or by phone at 540-742-8853 for further details.
    Refurbishment/repair of 18 variants located on Navy vessels
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Information Warfare Center (NIWC) Atlantic, intends to award a four-year Indefinite-Delivery Indefinite-Quantity (IDIQ) contract on a sole source basis to Science Applications International Corporation (SAIC) for the refurbishment and incidental services of eight variants of the Antenna Tilt Group (ATG) located on active-duty Navy vessels. This procurement aims to address the refurbishment and repair of approximately 130 different variants, which are critical for maintaining operational capabilities on Navy vessels. Interested parties that believe they can meet the requirements are encouraged to submit a capability statement or proposal by 3:00 p.m. Eastern Standard Time (EST) on November 2, 2024, with questions directed to Contract Specialist Suzanne Kennedy at p.s.kennedy.civ@us.navy.mil. Verbal inquiries will not be accepted, and responses will be posted on the NAVWAR e-Commerce Central website.
    H1 Turret System Test Console Maintenance, Repair, & Calibration 5-Year Basic Ordering Agreement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is seeking to establish a 5-Year Basic Ordering Agreement for the maintenance, repair, and calibration of Turret System Test Consoles (TSTCs) used in support of the Marine Corps AH-1Z aircraft. The procurement is intended to be a Sole Source, Fixed Price contract with Texas Management Associates, Inc. (TMA), the sole developer and manufacturer of the TSTC, as they possess the unique technical expertise and data necessary for these services. This opportunity is critical for ensuring the operational readiness and reliability of the TSTCs, which are essential for the performance of the AH-1Z aircraft. Interested parties may contact Tammy Fossa at tamara.d.fossa.civ@us.navy.mil for further information; however, this notice is not a request for competitive proposals, and the Government will not pay for any responses received.