SOLE SOURCE RIEGL VZ-20001 3D TLS 2 YEAR MAINTENANCE
ID: FA820125Q0013Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8201 AFSC OL H PZIOHILL AFB, UT, 84056-5805, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 6:00 PM UTC
Description

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.

Files
Title
Posted
Apr 4, 2025, 9:04 PM UTC
The document outlines an approved government solicitation for the maintenance and calibration of the VZ-2000i 3D Imaging Sensor over a two-year period. The solicitation number is FA820125Q0013, dated March 26, 2025. The item is a 3D terrestrial scanner featuring LiDAR technology, a 36 Mega Pixel Nikon D810 digital camera, and related components, with an acquisition cost of $135,950.07 per unit. Two serialized scanners are referenced, one (H2223743) to be delivered for maintenance after contract award and another (H2223697) to be sent afterward. Calibration and maintenance are to begin upon the receipt of the scanners from 84 RADES, with completion anticipated four weeks after receipt. This RFP highlights the government’s objective to ensure reliable operation and maintenance of advanced imaging equipment essential for precision tasks, reflecting ongoing investments in technological capabilities. The meticulous documentation underscores compliance with procurement standards and seamless workflow in managing photographic and mapping assets critical for governmental operations.
Apr 4, 2025, 9:04 PM UTC
The document outlines a Statement of Work for the two-year maintenance of two 3D terrestrial laser scanners (TLS) by 84 RADES, designated by serial numbers. The maintenance protocol includes shipment of the scanners to Riegl USA, where they will undergo various servicing tasks such as complete system maintenance, recalibration, firmware updates (with an extended software purchase), and performance testing under varying conditions. Each scanner must meet specific Riegl TLS performance specifications, covering aspects such as laser pulse repetition rates, measurement range, and accuracy. The completed scanners will be returned to Hill AFB, UT, utilizing 84 RADES' shipping account. Additionally, the contract stipulates compliance with Government Furnished Property clauses, emphasizing the need for tracking and reporting of the government property involved. This maintenance work underscores the government's focus on ensuring technical equipment functions optimally for operational readiness and adheres to predetermined specifications.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
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.
Repair of B-2 Laser Energy Monitor, Optical Assembly
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-2 Laser Energy Monitor and Optical Assembly under solicitation FA811924R0013. The procurement involves comprehensive repair, calibration, and testing services for Air Force equipment, ensuring they are restored to a serviceable condition, with specific emphasis on the incorporation of Material Lay-In as detailed in the recent amendment. This contract is crucial for maintaining operational readiness and includes a basic performance period from May 2025 to May 2030, with an option to extend until May 2035, covering various line items with firm fixed pricing. Interested contractors should reach out to Taylor Baptiste at taylor.baptiste@us.af.mil or Phillip Crowder at phillip.crowder@us.af.mil for further details and to ensure compliance with the outlined quality standards and timelines.
Heavy-Duty Professional Scanner IDIQs
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking sources for Heavy-Duty Professional Production Scanner Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The procurement aims to acquire approximately 70 heavy-duty scanners along with associated services, including delivery, installation, maintenance, IT security support, and training across approximately 28 locations in the contiguous United States and select non-foreign locations. This initiative is crucial for enhancing document management capabilities within the DLA, ensuring efficient operations and security compliance. Interested vendors must submit their information, including business size and contact details, to the primary contact, David Purvis, by April 11, 2025, at 12:00 PM EST.
Large Chamber Field Emission Scanning Electron Microscope (LC-FESEM)
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals for the acquisition of a Large Chamber Field Emission Scanning Electron Microscope (LC-FESEM) to be delivered to Hill Air Force Base in Utah. This procurement aims to replace an outdated microscope and enhance the analytical capabilities of the 309th MXSG, supporting high-resolution analysis of aircraft component materials with advanced imaging capabilities and multiple detectors. Proposals are due by 15:00 MST on April 16, 2025, and must comply with the Lowest Price Technically Acceptable (LPTA) evaluation criteria, emphasizing both price and technical specifications. Interested offerors should contact Tanner Nielsen at tanner.nielsen@us.af.mil or 801-586-2756 for further details.
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.
SERVICE PLAN FOR PREVENTATIVE MAINTENANCE AND CALIBRATION OF METTLER-TOLEDO LAB EQUIPMENT
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a service plan for the preventative maintenance and calibration of government-owned Mettler-Toledo laboratory equipment. This procurement involves a sole source contract with Mettler-Toledo, LLC, and includes comprehensive service agreements for repair and calibration of specific analytical instruments over a period from May 2025 to May 2027. The contract emphasizes compliance with Federal Acquisition Regulations, particularly supporting small businesses, and requires contractors to be registered in the System for Award Management (SAM). Interested vendors must submit their offers via email to Shelby Craig by 1:00 PM Eastern Time on April 11, 2025, with the solicitation number N00164-25-Q-0603 available for reference.
DLA AVIATION VEA METROLOGY LAB REPAIR, REPLACE, AND MAINTENANCE OF METROLOGY EQUIPMENT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking sources for the repair, replacement, and maintenance of metrology equipment at the DLA Aviation VEA Metrology Lab in Richmond, Virginia. The procurement aims to identify contractors capable of providing hardware maintenance, including service, repair/replacement coverage, and certification/calibration of high-precision instruments such as Romer Arms, CMMs, and 3D printers, ensuring compliance with safety and environmental regulations. This initiative underscores the government's commitment to maintaining operational integrity and compliance with safety protocols while ensuring quality maintenance of critical equipment. Interested parties must submit their capability statements and relevant company information to Corinne Kuge and Allison Douglewicz via email by the closing date of this notice.
FIELDSPEC 4 ONE YEAR EXTENDED WARRANTY
Buyer not available
The U.S. Geological Survey, part of the Department of the Interior, is seeking qualified firms to provide a one-year extended warranty for four ASD Fieldspec spectrometers. The procurement aims to ensure ongoing maintenance and performance of the spectrometers, which includes routine adjustments, testing, and replacement of worn parts, all while maintaining manufacturer warranty compliance. Interested vendors must demonstrate their capability to meet specific service requirements, including timely response to trouble calls and repairs, as well as preventive maintenance, with submissions due by April 11, 2025, at 12:00 PM EST. For inquiries, firms can contact Justice Pryor at jpryor@usgs.gov.
FY25_Ultrastable Optical Cavity
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for an ultrastable laser optical cavity to Stable Laser Systems Inc, a small business located in Boulder, Colorado. The required optical cavity must achieve a frequency drift of less than 13 kHz per day and meet specific technical standards, including a wavelength range of 750 - 1050 nm, a finesse of at least 5000, and various vacuum and temperature stabilization features. This procurement is critical for applications requiring high precision in optical measurements, and the government has determined that Stable Laser Systems Inc is the only responsible source capable of fulfilling these requirements. Interested parties may contact Ms. Susan D. Ulma at susan.ulma@us.af.mil for further information, although this notice is not a request for competitive quotes, and responses must be submitted by the specified deadline to be considered.
Weather Station Annual Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the annual maintenance of weather stations at Luke Air Force Base in Arizona. The contract, valued at approximately $68,275, will be awarded to the Nevada System of Higher Education, doing business as the Desert Research Institute (DRI), which has been responsible for maintaining data from 11 BMGR weather stations since 2012. This maintenance is crucial for providing regional climatic data that supports various environmental management efforts, including those related to endangered species. Interested parties may submit quotes or capability statements by 5:00 PM MDT on April 10, 2025, to the primary contacts Lauren Draus and Jacqueline Aranda via the provided email addresses.