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
    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.
    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.
    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.
    Similar Opportunities
    Tescan field emission scanning electron (FE-SEM) maintenance coverage
    Dept Of Defense
    The Department of Defense, through the Fleet Readiness Center, intends to award a sole source contract to Tescan USA Inc. for the maintenance coverage of specialized scanning electron microscopes, specifically the Tescan Vega II XMU and Tescan Mira-3 GMU. The procurement includes annual preventative maintenance and calibration services, as well as a critical hardware upgrade requiring OEM-level access to proprietary software and firmware, which only Tescan USA can provide. These instruments are essential for the Materials Engineering Laboratory's operations, and using a third-party vendor could jeopardize system integrity and performance. Interested parties may submit capability statements within three calendar days of this notice, with Brandon Fabricante as the primary contact at gregory.b.fabricante2.civ@us.navy.mil for further inquiries.
    INCA Microscope Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Gordon, Georgia, intends to negotiate a sole-source contract for the maintenance of INCA microscopes with Oxford Instruments America Inc. This procurement involves the repair and maintenance of specific models, including the Aztec Live Auto / Ultim Max 65 and INCA mics/x-stream, which are critical for laboratory operations. The government plans to proceed under Simplified Acquisition Procedures, with a deadline for interested parties to submit evidence of competitive capability by 0800 EST on December 15, 2025. For further inquiries, interested parties may contact Martina C. Bond at martina.bond.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil.
    Altair Hyperworks Software Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure maintenance services for Altair Hyperworks Software through the W4GG HQ US Army TACOM office. This procurement aims to ensure the continued functionality and support of critical IT management tools and products, which are essential for various defense-related applications. The maintenance services will be performed in Warren, Michigan, and are vital for maintaining operational efficiency and software reliability within the Army's technological framework. Interested vendors can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or by phone at 248-877-0681, or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil or 586-282-6007 for further details.
    Maintenance and Repair of Manufacturing Equipment and Systems Used in Explosive and Non-Explosive Operational Environments
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of manufacturing equipment and systems used in both explosive and non-explosive operational environments at the Crane Army Ammunition Activity in Indiana. The contract encompasses a range of services including electrical, mechanical, hydraulic, pneumatic, and robotic troubleshooting, as well as preventive maintenance and emergency repairs, all adhering to strict safety and regulatory standards. This procurement is critical for ensuring the operational readiness and safety of equipment vital to military operations, with a total contract duration of up to five years, including a base year and four option years. Interested contractors must submit their proposals by December 30, 2025, and are encouraged to attend a mandatory site visit on December 4, 2025, to enhance their understanding of the requirements. For further inquiries, contact Dustin Sexton at dustin.p.sexton.civ@army.mil or Bryce Willett at bryce.t.willett.civ@army.mil.
    Propeller AeroPoint Ground Control Point Targets
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking responses from small businesses regarding the procurement of a brand name Annual Propeller AeroPoint Software as a Service Subscription for the Department of Geography and Environmental Engineering at the United States Military Academy in West Point, New York. This sources sought notice aims to gather information to determine if there are at least two qualified small businesses that can meet the requirement, which is crucial for potential set-aside opportunities. The government encourages participation from small businesses across various socioeconomic categories and emphasizes the importance of identifying capabilities at a fair market price. Interested parties must submit their responses by December 16, 2025, at 12:00 PM EST to Dennis Cook at dennis.j.cook8.civ@army.mil, including relevant details such as firm information, past experience, and recommendations for structuring the contract requirements.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    67--PROJECTOR LASER HD, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for the Projector Laser HD, with a focus on the modification of this equipment. The procurement involves a quantity of 13 units of the National Stock Number (NSN) 7H-6730-017245132, and the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources. This equipment is critical for photographic projection applications within military operations. Interested parties are encouraged to contact Julie Smith at NAVSUP Weapon Systems Support for further details, with proposals due within 45 days of the notice publication. The procurement will be conducted under the authority of FAR 6.302-1, and all responsible sources may submit their interest and capability statements.
    Stratasys F900 3D Printer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of one Stratasys F900 3D Printer, as outlined in the Statement of Work (SOW). This acquisition aims to enhance the existing 3D printing capabilities of the REACT program by adding a machine that will increase throughput by 50.6%, reduce rework, and improve overall shop efficiency for producing aircraft-grade replacement parts using ULTEM 9085 material. The procurement includes the F900 system, validated material licenses, installation, a one-year warranty, and training for personnel, with delivery to Tinker Air Force Base in Oklahoma. Interested vendors must submit their quotes and any inquiries in writing by the specified closing date, and can contact Linsey Laird or Jason Shirazi via email for further information.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.