INTENT TO SOLICIT ONLY ONE SOURCE – Preventative maintenance, replacement of broken parts, and software upgrades on the Tek-15 Spheroidizer.
ID: W911QX-25-Q-0092Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (J036)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 8, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Army, intends to solicit a contract for preventative maintenance, replacement of broken parts, and software upgrades for the Tek-15 Spheroidizer, with Tekna Plasma Systems Inc. identified as the sole source provider. The contract will encompass essential services under a firm fixed-price structure, including two preventative maintenance visits per year and on-demand support, ensuring the operational efficiency of this critical equipment used in powder densification and additive manufacturing. The awarded contractor will be responsible for compliance with government regulations and security protocols while performing work at the Army Research Laboratory in Aberdeen Proving Ground, Maryland. Proposals are due within five days of the posting date, and interested parties can reach out to Stency Steephan at stency.f.steephan.civ@army.mil or Shanna Dellinger at shanna.dellinger.civ@army.mil for further information.

Files
Title
Posted
The U.S. Army intends to contract with Tekna Plasma Systems Inc. for preventative maintenance, repair, and software upgrades for the Tek-15 Spheroidizer. This solicitation (W911QX-25-Q-0092) is issued under the Simplified Acquisition Threshold (SAT) and seeks proposals from only one source, following FAR regulations. Interested parties can submit proposals up to five days after the posting date. The contract consists of one base firm fixed-price line item for essential services, with several optional line items for additional service periods. Key requirements are outlined in the attached Performance Work Statement, and the delivery period is set for 12 months post-award. The solicitation includes specific clauses and provisions necessary for compliance, referencing various FAR and DFARS regulations relevant to government contracting. Proposals should demonstrate business size related to the specified NAICS code (811210, small business size standard $34 million) and include required representations and certifications. The place of performance is identified as the U.S. Army Research Laboratory at Aberdeen Proving Ground, MD. This document illustrates a targeted acquisition strategy, emphasizing compliance and the intention to engage a sole source provider, thereby streamlining the procurement process for critical maintenance services.
Apr 1, 2025, 7:04 PM UTC
The document outlines the provisions and clauses applicable to a contract action intended solely for Tekna Plasma Systems Inc., a Canadian firm. The contract type is Firm Fixed Price, emphasizing that the contractor will operate as an independent entity, managing personnel and ensuring compliance with the Performance Work Statement without direct government supervision. Normal work hours are specified, alongside protocols for shipment receipt and government inspection at Aberdeen Proving Ground. Key clauses pertain to payment terms, exceptions for proposals, provisions concerning foreign nationals, and stringent restrictions regarding telecommunications equipment, particularly relating to national security standards established by the National Defense Authorization Act. The document also details payment procedures through the Wide Area Workflow system, emphasizing electronic invoicing and reporting for contract administration. Overall, it serves as a comprehensive guideline for contractors, ensuring compliance with regulations while providing clarity on expectations and responsibilities within the contracting process.
Apr 1, 2025, 7:04 PM UTC
The Performance Work Statement (PWS) outlines the requirements for an annual maintenance contract for the Tekna Plasma Systems, Inc Tek-15 Spheroidizer at the Army Research Laboratory (ARL). The contract will ensure preventative maintenance, repairs, and software upgrades of the spheroidizer system, crucial for powder densification and spheroidization used in various industrial applications and additive manufacturing. The awarded contractor is responsible for two preventative maintenance visits per year, system inspections, and providing on-demand support, with stipulations on parts replacement and shipping costs. Security protocols are established for contractor personnel accessing Army-controlled areas, adhering to anti-terrorism and operational security guidelines. The PWS specifies that all work shall comply with government regulations over a potential four-year period, aiming to maintain continuous operation of the essential powder processing equipment.
Lifecycle
Similar Opportunities
Sources Sought for X-ray Photoelectron Spectrometer (XPS) system
Buyer not available
The Department of Defense, specifically the U.S. Army, is seeking potential suppliers for an X-ray Photoelectron Spectrometer (XPS) system to be utilized at Aberdeen Proving Ground in Maryland. The procurement aims to acquire a system that meets detailed technical specifications, including dual monochromated X-ray sources, a charge neutralization system, advanced ion gun capabilities, and a video imaging system, along with comprehensive software support for various spectroscopy techniques. This initiative is crucial for enhancing the Army's analytical capabilities while ensuring compliance with operational security measures, including background checks for contractors. Interested vendors must submit their responses by 1:59 PM EST, five business days from the posting date, to Karen Millner at karen.s.millner.ctr@army.mil.
Shop Machine Preventative Maintenance and Repair
Buyer not available
The Department of Defense, specifically the Army Contract Command at Aberdeen Proving Ground, is seeking proposals for shop machine preventative maintenance and repair services. This procurement includes a base year and two optional years of service for the Army Research Laboratory's machine shops, requiring contractors to provide all necessary labor, tools, and parts while adhering to strict compliance with technical and safety regulations. The contract is set aside for small businesses and emphasizes the importance of maintaining operational efficiency and compliance with federal standards for the machinery involved. Interested vendors must submit their proposals within five business days, detailing pricing, technical qualifications, and past performance records, with the service period anticipated to run from May 1, 2025, to April 30, 2028. For further inquiries, contact Deneise Jackson at deneise.c.jackson.civ@army.mil or call 520-672-9583.
SOLE SOURCE RIEGL VZ-20001 3D TLS 2 YEAR MAINTENANCE
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to issue a sole source contract for the maintenance of two Riegl VZ-20001 3D terrestrial laser scanners (TLS) over a two-year period. The procurement aims to ensure reliable operation and maintenance of advanced imaging equipment, which is critical for precision tasks in governmental operations. The selected contractor, Riegl USA, will perform comprehensive maintenance, recalibration, firmware updates, and performance testing on the scanners, with the anticipated contract award date set for April 23, 2025, and an estimated delivery schedule on or before July 2, 2025. Interested parties may submit capability statements or proposals to the primary contact, Amber Marshall, at amber.marshall.4@us.af.mil or by phone at 801-777-3484.
Opera Phenix Plus System Preventive Maintenance Services
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for preventive maintenance services for the Revvity Health Sciences Opera Phenix Plus System at the U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) located at Fort Detrick, Maryland. The contractor will be responsible for providing comprehensive maintenance and repair services for both hardware and software components of the system, ensuring its operational status for ongoing therapeutic drug discovery projects. This equipment is critical for high-throughput/high-content imaging, supporting eight funded projects that rely on its functionality. Interested vendors should contact Shelley Wallace at shelley.a.wallace2.civ@health.mil or Tonya Kreps at tonya.r.kreps.civ@health.mil for further details, as the solicitation number HT942525R0044 is currently open for quotes.
GE Concept Laser M2 Series 5 Printer Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide maintenance services for the GE Concept Laser M2 Series 5 Printers at the Oklahoma City–Air Logistics Complex (OC-ALC). The contract will encompass a three-year service agreement that includes all necessary labor, tools, equipment, and materials for preventive maintenance on these printers. This procurement is critical as it ensures the operational efficiency and reliability of advanced manufacturing equipment used in defense applications. Interested parties must submit their proposals electronically via FedBizOps, and the contract is anticipated to be a Firm Fixed Price type, with a NAICS code of 811310 and a size standard of $8 million. For further inquiries, contact Madelyn Thompson at madelyn.thompson@us.af.mil or Andrew Hutchcraft at andrew.hutchcraft@us.af.mil.
F900 Antero Upgrade
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the F900 Antero Upgrade project at Robins Air Force Base in Georgia. The contractor will be responsible for providing all necessary tools, materials, labor, transportation, and installation services to upgrade an existing F900 3D printer with Antero material, which is critical for enhancing the capabilities of the 402d Commodities Maintenance Group. This procurement emphasizes compliance with federal safety and environmental regulations, requiring contractors to adhere to strict safety protocols and provide on-site training as part of the installation process. Interested parties must submit their quotes by April 9, 2025, and can contact Carmen Davis or Phillip Richardson via email for further information.
Quantity (qty) one (1) High Temperature Characterization Suite which will consist of two separate systems: a Dilatometer and Simultaneous Thermal Analyzer (STA).
Buyer not available
The Department of Defense, specifically the Army Research Laboratory, is seeking proposals for the procurement of one (1) High Temperature Characterization Suite, which includes a Dilatometer and a Simultaneous Thermal Analyzer (STA). The systems are required to meet specific technical specifications, including maximum operating temperatures of 2800°C for the Dilatometer and 2400°C for the STA, along with advanced control capabilities and compliance with safety standards. These instruments are crucial for research and development purposes within the Army, facilitating high-temperature material characterization essential for various defense applications. Interested vendors must submit their proposals by March 25, 2024, with delivery expected by August 29, 2025. For further inquiries, contact Melissa M Murphy at Melissa.m.murphy20.civ@army.mil or Thomas Jurgens at thomas.c.jurgens.ctr@army.mil.
INTENT TO SOLE SOURCE: Preventative Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for preventative maintenance and repair services for the Trumpf Trumatic Laser Cutting System, with a focus on sole source procurement due to the necessity of Original Equipment Manufacturer (OEM) involvement. The contract requires comprehensive maintenance support, including labor, parts, and technical assistance, to ensure the effective operation of critical equipment essential for naval operations. This procurement falls under NAICS code 811310, with a size standard of $12.5 million, and proposals are due by April 11, 2025, for a contract period starting May 5, 2025, with options extending to May 4, 2028. Interested vendors should contact Marilyn Fletcher at marilyn.g.fletcher2.civ@us.navy.mil or call 207-438-6349 for further details.
Liquid Scintillation Counters
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from qualified contractors for a maintenance agreement for its Liquid Scintillation Counters, particularly TRI-CARB models. The objective is to ensure these government-owned instruments operate at maximum performance and are protected through a fixed-price contract that includes all necessary labor, parts, and tools for preventive and remedial maintenance, with unlimited on-site service visits required. This maintenance is critical for the optimal functionality and reliability of laboratory equipment used in national defense operations. Interested parties must submit white papers outlining their capabilities by April 16, 2025, and can direct inquiries to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil.
Plasma Cutting Tables 1 ea ProStar PRS100-5ECW & 1 ea ProStar PRS100-4ECW or Equal
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified small businesses for the procurement of two plasma cutting tables: one ProStar PRS100-5ECW and one ProStar PRS100-4ECW, or equivalent models. The contract requires the contractor to manufacture, supply, and install these cutting machines, which must meet high-definition plasma cutting standards and include necessary software and training for operation. This equipment is crucial for the maintenance operations at the Red River Army Depot in Texarkana, Texas, enhancing the facility's capabilities in metal forming and cutting. Interested vendors should contact Aeric Miller at Aeric.p.miller.civ@army.mil or Travis Peterson at travis.n.peterson2.civ@army.mil for further details, with a proposal submission deadline aligned with the contract award timeline, which anticipates delivery and installation within 20 weeks post-award.