Intent to Award Sole/Single Source - ThermoFisher Helios G4 UX and Helios G2 600 Dual Beam FIB Systems Scanning Electron Microscope System
ID: IASS-AFRL-PZLEQ-2025-0005Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
    Description

    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole source contract for maintenance services on the ThermoFisher Helios G4 UX and Helios G2 600 Dual Beam FIB Systems Scanning Electron Microscope System at Wright-Patterson Air Force Base in Ohio. The contract will cover on-site preventative and corrective maintenance, with the contractor responsible for all necessary personnel, tools, and materials, ensuring compliance with local, state, and federal regulations. This specialized equipment is critical for the AFRL's research and development efforts, necessitating expert maintenance from ThermoFisher Scientific, the original manufacturer and sole authorized service provider. Interested parties may submit capability statements or exceptions to the sole source intent by February 7, 2025, to Jason Sav at jason.sav@us.af.mil, with the contract period commencing on January 27, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) details the maintenance requirements for the ThermoFisher Helios G4 UX and Helios G2 600 Dual Beam FIB Systems at Wright-Patterson Air Force Base (WPAFB), Ohio. The contract period spans one year, starting January 27, 2025. The primary tasks include on-site preventative and corrective maintenance, with the contractor responsible for all personnel, tools, materials, and supervision necessary for service delivery. Preventative maintenance is conducted annually, while unlimited corrective maintenance is available through phone and email support. The contractor must adhere to local, state, and federal regulations and implement a Quality Control Plan to ensure service reliability. Safety protocols and security measures are emphasized, including promptly reporting accidents and securing government property. The PWS also outlines the hours of operation, recognition of holidays, and contractor travel requirements. Performance metrics include timely completion of maintenance services and responsiveness to service calls. The contractor is expected to provide all equipment and maintain compliance with environmental standards. This document exemplifies typical government contracting processes, underscoring the importance of quality service and adherence to regulatory standards in federal contracts.
    Similar Opportunities
    SOLE SOURCE Service for Initial inspection of the scanning electron microscope (SEM) / energy dispersive spectrometer (EDS) instrument in accordance with Original Equipment Manufacturer (OEM) standards to ensure equipment can be covered by an Annual Warran
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting a sole-source contract for the initial inspection of a Scanning Electron Microscope (SEM) and Energy Dispersive Spectrometer (EDS) to ensure compliance with Original Equipment Manufacturer (OEM) standards. The objective of this procurement is to maintain the functionality of critical analytical equipment necessary for forensic analysis, particularly in support of the Accident Investigation Branch. The contract is intended for Jeol USA, Inc., the only qualified source due to its proprietary rights and specialized knowledge, with a performance period of 90 days after receipt of order. Proposals are due by February 11, 2025, at 10:00 AM local time, and interested parties can contact Terry B. Clark at terry.b.clark4.civ@army.mil or by phone at 361-961-6489 for further information.
    SOLE SOURCE – REPAIR / EVALUATION OF KEYSIGHT TECHNOLOGIES INC.EQUIPMENT
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the repair and evaluation of specialized equipment manufactured by Keysight Technologies, Inc. This procurement involves the repair of multiple signal generators and power modules, as well as the evaluation of various test instruments, all of which must meet the stringent standards set forth by the Original Equipment Manufacturer (OEM). The contract emphasizes the importance of maintaining high-quality repair standards for critical Navy components, with a firm fixed pricing structure and a delivery timeline extending from February to March 2025. Interested vendors must submit their offers by 12:00 PM Eastern Time on February 12, 2025, and can direct inquiries to Emily Wichman at emily.j.wichman.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.
    Sole Source Helitune
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Corpus Christi Army Depot, is seeking to award a sole-source contract to Helitune, Inc. for the maintenance and calibration of the Helitune WhirlTrak System, which is vital for ensuring helicopter rotor blade quality control. The contract encompasses annual calibration, preventative maintenance, spare parts provisioning, and on-site repair services, structured as a Hybrid Firm-Fixed Price/Time and Material contract with a base year and two additional option years. This procurement is critical as Helitune, Inc. is the only vendor with the proprietary rights and expertise necessary to maintain the system according to OEM specifications, ensuring compliance with safety standards. Interested parties can contact Carlos Bernal at carlos.s.bernal.civ@mail.mil for further information, with proposals due by November 8, 2024, at 4:00 PM.
    FXD Qiagen EZ1 Advanced XL Service Agreement
    Buyer not available
    The Department of Defense, specifically the Department of the Army, intends to award a sole-source contract for a service agreement with Qiagen for the maintenance and repair of laboratory instrumentation at Fort Eisenhower in Georgia. The procurement includes services for 11 Advanced XL Robots and 1 EZ2 Instrument, which encompasses priority technical support, preventative maintenance, and necessary repairs, all covered under a firm-fixed price agreement. This service is critical for ensuring the operational efficiency of analytical laboratory instruments, which play a vital role in defense-related research and operations. Interested parties may submit their capabilities and interest by February 7, 2025, at 3:00 PM EST, and should direct inquiries to Maria Campbell at maria.campbell14.civ@army.mil.
    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.
    SERVICE AGREEMENT FOR THERMO ELECTRON LABORATORY EQUIPMENT (AMBIS 2247584)
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH) through the National Institute of Allergy and Infectious Diseases (NIAID), is soliciting quotes for maintenance agreements on Thermo Electron laboratory equipment, critical for research involving complex proteomic data. The procurement, identified by solicitation number RFQ-NIAID-25-2247584, requires comprehensive service plans for various mass spectrometry instruments, ensuring prompt maintenance response times, priority technical support, and regular preventive maintenance visits. This equipment is essential for analyzing high-value samples in ongoing research projects, and the contract period spans from March 19, 2025, to March 18, 2026. Interested vendors must submit their quotes electronically by December 30, 2024, and can contact Kimberly Rubio at kimberly.rubio@nih.gov for further information.
    J041--INTENT TO SOLE SOURCE-Temptrak Maintenance
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole-source procurement with Trillmed LLC for TempTrak® Calibration and Preventative Maintenance Services at four VA medical facilities located in Wisconsin and Illinois. This decision is based on the assertion from Copeland Cold Chain LP, the original equipment manufacturer, that Trillmed is the only authorized distributor of TempTrak products for VA customers in the United States, and Trillmed is currently the only Service-Disabled Veteran-Owned Small Business (SDVOSB) providing these services. Interested parties who believe they can meet the requirements are encouraged to express their interest via email to the Contracting Officer, Aaron Rogers, by 8:00 a.m. CDT on February 10, 2025; however, this notice does not constitute a solicitation for competitive quotes, and the VA retains the discretion to determine whether to open the procurement to competition.
    Notice of Intent to Sole Source to Teledyne FLIR
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to issue a sole source procurement action for service upgrades on three FLIR RS6780 Mid-Wave Infrared Cameras. The upgrade involves the installation of a Neutral Density (ND) Filter Wheel and the addition of ND-0, ND-01, and ND-03 filters, along with sensor calibration and system testing, which must be performed by the manufacturer, Teledyne FLIR, due to their unique qualifications and warranty stipulations. This procurement is critical for maintaining the operational capabilities of the cameras used by the 2nd Range Operations Squadron at Vandenberg SFB, CA. Interested parties wishing to challenge the sole source determination must submit an interest letter by February 7, 2025, at 1300 PST, to the designated contracting officers, Chris Hummel and Paul Baraldi, at the 30th Contracting Squadron.
    Laser Vector Preventative Maintenance and Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, parts, labor, and travel to ensure the operational readiness of three Laser Vision Vector Measuring Machines and six VB-series Tube Benders, with a focus on safety and compliance with federal and Air Force regulations. This contract is critical for maintaining production capabilities, as the equipment is essential for certifying tubes in the shop, and the services are to be solicited on a sole-source basis from the original equipment manufacturer, NUMALLIANCE-NORTH AMERICA, INC. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further inquiries, with the contract period estimated from November 25, 2024, to November 24, 2030.