XRD Instrument Repair
ID: W91249-0012232010Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT EISENHOWERFORT EISENHOWER, GA, 30905-5719, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 16, 2025, 12:00 AM UTC
  3. 3
    Due Jan 16, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Mission and Installation Contracting Command at Fort Eisenhower, Georgia, intends to negotiate a sole-source contract for the repair of Bruker XRD instruments. The procurement aims to secure technical support for instrument failures, necessary repairs, and coverage for warranted items, including all required materials and the service engineer's costs. This service is critical for maintaining the operational efficiency of analytical laboratory instruments, which play a vital role in various defense-related applications. Interested parties must provide clear evidence of their capability to compete by January 17, 2025, as the government may proceed with the award without further notice if no affirmative responses are received. For inquiries, contact Shecoriya Byrd at shecoriya.r.byrd.civ@army.mil or Ashley Scott at ashley.t.scott3.civ@army.mil.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
XRD Instrument Repair
Currently viewing
Special Notice
Similar Opportunities
J--One Year of Mass Spectrometer Maintenance
Buyer not available
The U.S. Geological Survey (USGS) is planning to award a non-competitive purchase order for one year of maintenance services for a mass spectrometer located at the USGS Radiogenic Isotopes Laboratory in Reston, Virginia. The maintenance will be provided by Spectromat Massenspektrometer GMBH, the sole manufacturer of the equipment, which holds proprietary rights to all necessary software and components, making them the only reasonable source for this requirement. This procurement is critical for ensuring the operational integrity of the mass spectrometer, which is essential for various geological analyses. Interested parties may submit quotations for consideration, although the award is intended to be made non-competitively, with an anticipated award date of April 4, 2025. For further inquiries, contact Daniel Galvin at dgalvin@usgs.gov or by phone at 703-648-7397.
Repair of Cryopulse-5 HPGe Detector
Buyer not available
The Department of Defense, specifically the Norfolk Naval Shipyard, is preparing to issue a Request for Quotes (RFQ) for the repair of a Cryopulse-5 HPGe Detector Model GC4018. The procurement will involve inspecting and repairing the detector crystal and electronics, replacing the aluminum endcap, and the Cryopulse-5 Plus unit, which are critical for maintaining the functionality of this precision equipment. The anticipated solicitation release date is on or about April 3, 2025, with a closing date around April 10, 2025, and interested vendors must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential bidders can contact Ashley Moose at ashley.l.moose.civ@us.navy.mil or Chad Godwin at chad.r.godwin.civ@us.navy.mil.
Repair of Cryopulse-5 HPGe Detector
Buyer not available
The Department of Defense, specifically the Norfolk Naval Shipyard, is preparing to issue a Request for Quotes (RFQ) for the repair of a Cryopulse-5 HPGe Detector Model GC4018. The procurement involves comprehensive service requirements, including the inspection and repair of the detector crystal and electronics, as well as the replacement of the aluminum endcap and the Cryopulse-5 Plus unit. This detector is crucial for various defense applications, emphasizing the importance of maintaining its operational integrity. The anticipated solicitation release date is around April 3, 2025, with a closing date expected by April 10, 2025. Interested parties should maintain an active registration in the System for Award Management (SAM) and can contact Ashley Moose at ashley.l.moose.civ@us.navy.mil or Chad Godwin at chad.r.godwin.civ@us.navy.mil for further information.
INTENT TO SOLICIT ONLY ONE SOURCE – Preventative maintenance, replacement of broken parts, and software upgrades on the Tek-15 Spheroidizer.
Buyer not available
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.
C&RS and Upgrade the of Smartscope Quest 600
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from potential contractors for the repair and upgrade of the OGP Smartscope Quest 600 diagnostic tool. The procurement involves comprehensive services including repair, calibration, software updates, and reinstallation of the equipment, which is critical for maintaining operational efficiency within Army facilities. The work will be performed at the U.S. Army TMDE Support Center in Rock Island, Illinois, with a performance period of 60-90 days post-award. Interested parties are encouraged to submit white papers detailing their capabilities by April 3, 2025, to the designated contacts, Taylor Siskoff and Portia Sampson, via their provided email addresses.
Notice of Intent - Sole Source - 4D Technologies
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), intends to procure a 4D InSpecXL Surface Gage and BackPack Kit with Surface Pro from 4D Technologies on a sole source basis. This procurement is justified due to the unique capabilities and proprietary rights associated with the InSpecXL system, which is essential for accurate surface profile measurements in challenging field conditions, thereby enhancing maintenance management decisions without the need to dismantle operational assets. The acquisition underscores the importance of specialized technology in military applications, ensuring efficiency and data accuracy in maintenance practices. Interested parties must submit their capabilities statements by 12:00 PM ET on April 16, 2025, to Steven Besanko at steven.besanko@navy.mil, as this notice is not a request for competitive quotes.
NOTICE OF INTENT TO SOLE SOURCE FOR THE PROCUREMENT OF MICHIGAN SCIENTIFIC SW-SR2 STEERING EFFORT TORQUE AND ANGLE TRANSDUCER
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of two Michigan Scientific SW-SR2 Steering Effort Torque and Angle Transducers, including necessary clamp sets. This specialized equipment is critical for mission-oriented automotive testing at the Automotive Test Center, and market research has confirmed that Michigan Scientific Corporation is the only supplier capable of meeting the specific requirements for this proprietary model. Interested parties are invited to express their interest and capability in writing by April 16, 2025, at 1:30 PM Eastern Daylight Time, although this notice does not constitute a request for competitive proposals. For further inquiries, contact Patrick Drabinski at patrick.j.drabinski.civ@army.mil or Birgit M. Jones at birgit.m.jones.civ@army.mil.
Notice of Intent to Award Sole Source Order to Berkeley Nucleonics Corporation.
Buyer not available
The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Berkeley Nucleonics Corporation for the procurement of Cesium Iodide (CsL(Na)) Scintillation Crystals in two configurations. The requirement includes specific models from Scionix Holland B.V., which are critical for measuring and testing electrical signals, underscoring their importance in defense applications. Interested vendors capable of fulfilling the requirement are encouraged to submit their capability statements or inquiries via email to Contract Specialist Stephen O'Neill by April 11, 2025, at 11:00 AM Pacific Time. All responding vendors must be registered in the System for Award Management (SAM) to be eligible for consideration.
SPECTRO Preventative Maintenance Agreement
Buyer not available
The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking to negotiate a sole source contract with SPECTRO Analytical Instruments Inc. for a preventative maintenance agreement for their SPECTRLAB Optical Emission Spectrometer instruments. This contract aims to ensure timely and cost-effective maintenance services, addressing preventive needs, instrument failures, and necessary upgrades, which are critical for the FBI Laboratory's operational mission. Interested parties must submit their capability statements to the Contracting Officer, Adelle Bolton, via email by 5:00 PM EST on April 8, 2025, and must be registered in the System for Awards Management (SAM.gov) to be eligible for government contracts.
Comprehensive Service Agreement for Gas Chromatograph
Buyer not available
The Department of Defense, through the Puget Sound Naval Shipyard Intermediate Maintenance Facility, is soliciting proposals for a comprehensive service agreement to maintain and support Agilent Technologies Gas Chromatograph/Mass Selective Detector (GC/MSD) and GC/ECD instruments, which are critical for laboratory operations and no longer under warranty. The contract aims to ensure the functionality and longevity of these mission-vital instruments through on-site repairs, technical support, and preventative maintenance, structured over a base year plus one option year. This opportunity is set aside for small businesses, with proposals due by April 8, 2025, and questions accepted until April 1, 2025. Interested parties can contact Nathan Grimm at nathan.c.grimm.civ@us.navy.mil or Jackie Edgerton at jacqueline.f.edgerton.civ@us.navy.mil for further details.