NOTICE OF INTENT TO SOLE SOURCE FOR PREVENTIVE MAINTENANCE FOR ALPHA/BETA LIQUID SCINTILLATION COUNTERS (LSC)
ID: W91ZLK24R0027Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMY

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    NOTICE OF INTENT TO SOLE SOURCE FOR PREVENTIVE MAINTENANCE FOR ALPHA/BETA LIQUID SCINTILLATION COUNTERS (LSC)

    The Department of Defense, specifically the Department of the Army, has issued a Special Notice for preventive maintenance services for Alpha/Beta Liquid Scintillation Counters (LSC). These counters are used for analytical capabilities required by the CBC Nuclear Regulatory Commission (NRC) License.

    The service being procured is the maintenance of model TRI-CARB 4910TR counters, with serial numbers SGLO31150042 & SGLO22232150. The contractor will be responsible for providing labor, parts, travel, phone support, and training discounts. The requirement includes one preventive maintenance visit per each 12-month period.

    The place of performance for this procurement is Aberdeen Proving Ground, Maryland, United States.

    For more information, please contact Jennifer Langrehr at jennifer.b.langrehr.civ@army.mil or Terrijuana Veals at terrijuana.p.veals.civ@army.mil.

    Point(s) of Contact
    Similar Opportunities
    Notice of Sole Source Intent
    Active
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Yuma Proving Ground, Arizona, intends to award a sole source contract to Revvity Health Sciences, Inc. for the maintenance and repair of specialized laboratory equipment. The contract will cover the JANUS G3 Standard and Tri-Carb TR4910 Liquid Scintillation Counter, both of which require proprietary parts and trained technicians for servicing, as Revvity does not permit third-party repairs. The anticipated period of performance for this firm-fixed price contract is from September 17, 2024, to September 16, 2029. Interested firms must demonstrate their technical capabilities by September 9, 2024, and direct inquiries to Damon McLaughlin at damon.j.mclaughlin.civ@army.mil or by phone at 928-328-6285.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    GAMMA COUNTER PREVENTATIVE MAINTENANCE SERVICE
    Active
    Health And Human Services, Department Of
    The U.S. Food and Drug Administration (FDA) is planning to award a sole-source fixed-price purchase order to LabLogic Systems, Inc. for a 12-month preventative maintenance service agreement for a HIDEX Automated Gamma Counter, with options for four additional years. This procurement aims to ensure the continued operational efficiency of critical laboratory equipment through comprehensive maintenance services, including unlimited problem-solving support, user training, and access to proprietary upgrades and parts. The contract is essential for maintaining the FDA's technological capabilities and will be executed in accordance with FAR regulations allowing for solicitation from a single source. Interested parties, particularly small businesses, are encouraged to express their capabilities by September 9, 2024, to the primary contact, Iris Johnson, at Iris.Johnson1@fda.hhs.gov.
    NOTICE OF INTENT TO SOLE SOURCE
    Active
    Dept Of Defense
    The Department of Defense, specifically the 341st Contracting Squadron at Malmstrom Air Force Base in Montana, intends to award a sole-source contract to Ortho Clinical Diagnostics. The contract relates to the maintenance and support of the Chemistry Analyzer machine used by the 341st Medical Group. Ortho Clinical Diagnostics is the original equipment manufacturer and the only source capable of providing the required services, as patented technologies and access requirements make competition difficult. The contract includes preventive maintenance, administrative support, and the supply of reagents, controls, and calibrators, along with the transfer of ownership of the current chemistry analyzer. The period of performance spans five years, with a base period of one year and three optional one-year extensions. This notice is not a request for competitive offers, but all responsible parties may submit a quote or capability statement. The government will consider any responses received by the deadline, which is 9 August 2024 at 2:00 PM MST. For more information, contact Karen Broughton, Contract Specialist, at karen.broughton@us.af.mil.
    Sole Source to Mirion Technologies/ Canberra Preventative Maintenance and Repair of FASTSCAN Whole Body Counter System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to award a sole-source contract to Mirion Technologies/Canberra for the preventative maintenance and repair of the FASTSCAN Whole Body Counter System at the Portsmouth Naval Shipyard in Kittery, Maine. This contract, valued at approximately $425,895, is essential for maintaining critical radiological counting equipment that ensures compliance with health and environmental standards vital for Navy operations. Due to the proprietary nature of the equipment, third-party maintenance is not feasible, and switching vendors would pose significant risks to operational continuity and regulatory compliance. Interested parties can contact Gary W. Murdock at gary.w.murdock.civ@us.navy.mil or by phone at 207-438-3091 for further details.
    J065--Intent to Sole Source Notice - Roche Analyzer Maintenance
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 2, intends to award a sole source contract to Roche Diagnostic Corp for maintenance services on Roche Cobas X 480 and Z 480 analyzers at the Brooklyn VA Medical Center. The contract will encompass full service and preventive maintenance, which includes labor, tools, transportation, and necessary parts (excluding non-vendor parts), ensuring that the equipment is maintained according to manufacturer specifications. This procurement is critical for maintaining operational standards at the medical facility, and the contract will consist of a one-year base period with four optional renewal years, authorized under FAR 6.302-1 for non-competitive procurement. Interested parties must express their interest and capability by September 11, 2024, via email to Contracting Officer Andres Cepeda at andres.cepeda@va.gov.
    Notice of Intent to Sole source - Nuclear Soil Density Gauge – Low for Corvallis, OR
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Agricultural Research Service (ARS), has issued a Notice of Intent to award a sole source contract for a Nuclear Soil Density Gauge – Low for use in Corvallis, Oregon. The procurement aims to secure a Kit - 4590 EGauge 12/2 with accessories, which is essential for conducting precise soil density measurements in agricultural research. The contract will be awarded on a Firm Fixed Price basis to Troxler, with an estimated period of performance of 30 days following the award. Interested parties who believe they can provide the required services are encouraged to submit documentation to Brian Fien at brian.fien@usda.gov within seven calendar days of this notice, as no solicitation will be issued.
    Laboratory Equipment / PR 1301180597
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the purchase and installation of a specialized two-cylinder gas cabinet for the storage and distribution of Phosphine gas, which is essential for doping diamond in a Chemical Vapor Deposition tool. This procurement is critical as it involves ultra high purity gas delivery systems that comply with SEMI S2 standards, ensuring safety and efficiency in semiconductor manufacturing processes. The contract will be executed under Simplified Acquisition Procedures, with a threshold not exceeding $250,000, and interested parties are encouraged to demonstrate their capability to meet the requirements by responding to the notice. For further inquiries, interested vendors can contact Teigh Cheyney at tahesha.cheyney@nrl.navy.mil or by phone at 202-875-0000, referencing Notice of Intent number N0017324Q0432.
    J063--Notice of Intent to Sole Source Preventive and Remedial Maintenance for a Temptrak Monitoring System
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs intends to award a sole-source contract for preventive and remedial maintenance services for a Temptrak Monitoring System at the Overton Brooks Veterans Affairs Medical Center in Shreveport, Louisiana. The contract will be fixed-price and directed to Trillamed, LLC, as they are the only responsible source capable of fulfilling the specific brand-name requirements of the monitoring system. The maintenance services will include 24/7 emergency support, calibration services, battery replacements, annual system reviews, software upgrades, and unlimited training resources, which are critical for the effective operation of the monitoring system. Interested parties may express their interest and capability to compete for the contract by contacting Contracting Officer Ross Futch at ross.futch@va.gov before the response deadline of September 16, 2024, at 6 PM Central Time.
    66--Notice of Intent to Sole Source to Mettler-Toledo for a Mettler-Toledo Titrator
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to negotiate a sole source purchase order for a Mettler-Toledo Titrator Excellence T5. This specialized automated titrator is essential for conducting precise pH titrations necessary for NETL's ongoing patent mineral recovery research, as it significantly reduces the time and labor involved in manual titration processes. Mettler-Toledo is identified as the only known source capable of providing this specific equipment, which is critical for the timely execution of research activities. Interested parties who believe they can meet this requirement must submit their capabilities in writing to Shannon Lynch at Shannon.Lynch@netl.doe.gov by 16:00 PM EDT on September 10, 2024.