Maintenance and Repair of Bruker Avneo Nuclear Magnetic Resonance System with Cryoprobes
ID: W911S6-25-Q-A001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-DUGWAY PROV GRDDUGWAY, UT, 84022-5000, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, specifically the U.S. Army at Dugway Proving Ground, is seeking proposals for the maintenance and repair of a Bruker AVNEO 600 MHz Nuclear Magnetic Resonance (NMR) system, which is critical for chemical agent synthesis and purity analysis. The contract will cover OEM support for parts, labor, and related expenses over multiple option years, from April 2025 through September 2030, with a total projected value of approximately $716,992. This specialized equipment requires servicing exclusively by certified engineers from the manufacturer to ensure operational reliability and safety, particularly in the context of chemical, biological, radiological, and nuclear (CBRN) programs. Interested vendors can contact Jeremy MacDougall at jeremy.a.macdougall.civ@army.mil or by phone at 435-831-3429 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Dugway Proving Ground requires a service contract for the maintenance of the Bruker AVANCE NEO 600 MHz NMR system, critical for monitoring chemical agent synthesis and purity analysis. The NMR’s complexity and high cost ($1.5 million) necessitate servicing exclusively by the manufacturer’s certified engineers. Regular annual maintenance, including the yearly replacement of a cryoplatform coldhead and three liquid helium fills, is essential to ensure operational reliability. The contract includes comprehensive coverage for various components of the NMR system and is structured over a multi-year period, starting from April 1, 2025, and extending through to October 31, 2030. The absence of trained personnel at the Combined Chemical Test Facility (CCTF) makes this service contract indispensable for uninterrupted testing capabilities related to chemical, biological, radiological, and nuclear (CBRN) programs. The overarching aim of this initiative underscores the importance of maintaining sophisticated analytical equipment to support ongoing federal testing and research requirements.
    The document outlines a Sole Source Justification and Approval for a maintenance and repair contract for the Bruker AVNEO 600 MHz NMR system at the U.S. Army's Chemical Test Division, Dugway Proving Ground, for FY2025. It cites the authority for proceeding without competitive bids under FAR 13.5 and related U.S.C. provisions due to the necessity of original equipment manufacturer (OEM) services, as only the OEM can provide specific repairs and parts. The maintenance is essential to avoid system downtime, which could disrupt critical testing and lead to costly repercussions and safety concerns associated with helium gas leaks. The procurement strategy indicates a firm-fixed-price contract, projecting a total value of approximately $716,992 over multiple option periods from March 2025 to September 2030. Market research reinforces the decision for sole source contracting because non-OEM providers cannot guarantee access to necessary proprietary parts and software. The justification document concludes that without these services, the government risks losing a significant capital investment while potentially compromising operational safety.
    The document outlines the protocols for contractors working at the U.S. Army Dugway Proving Ground (DPG), emphasizing the process for allowing foreign visitors and employees. Contractors must provide a list of foreign national employees to DPG authorities at least five working days before their arrival, including personal details for security verification. Employees cannot enter until verification is complete. The prime contractor is responsible for security badges and protective masks, maintaining documentation of issued items, and ensuring safe return to avoid charges. Moreover, contractors must comply with safety regulations, emphasizing accident prevention and adherence to OSHA standards. Those intending to use hazardous materials must participate in DPG's environmental safety program and provide necessary documentation. Access to DPG is contingent upon successful background checks conducted on all personnel involved. The document further states the facility's work hours, including federal holidays observed, and outlines travel logistics for contractors arriving from distant locations. This memorandum serves to ensure security, safety, and operational efficiency at DPG, reflecting standard procedures for managing contractual relationships and compliance with federal regulations and guidelines for government contractors.
    The document outlines a request for proposals (RFP) issued for a contract involving maintenance and repair services for a 600 MHz Nuclear Magnetic Resonance (NMR) system, specifically the Bruker AVNEO 600 MHz model. This solicitation is tied to the Women-Owned Small Business (WOSB) program, indicating a focus on promoting participation from small businesses. The contract includes provisions for original equipment manufacturer (OEM) support covering parts, labor, and related expenses, spanning multiple option years from April 2025 through September 2030. The document details the inspection and acceptance process, emphasizing both destination-based delivery and collaboration with a designated government point of contact. Various Federal Acquisition Regulation (FAR) clauses are included that mandate compliance with governmental standards, including labor rights and small business regulations. The RFP highlights the commitment to ensuring quality service delivery while adhering to regulatory frameworks, enhancing operational capabilities at the Dugway Proving Ground in Utah. Through this solicitation, the government aims to engage qualified vendors to provide essential support services while fostering small business engagement.
    Similar Opportunities
    DoD STTR 24.D Program BAA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 500 MHz Nuclear Magnetic Resonance Spectrometer. This equipment is typically used for physical properties testing and inspection. The procurement will be priced at the time of delivery order placement, with delivery FOB Destination. The contractor must provide documentation and certification of compliance with applicable specifications. The acquisition is under NAICS Code 334516 with a size standard of 1000. Payment will be made through Wide Area Workflow (WAWF) with Defense Finance and Accounting Service (DFAS). More information will be provided in the Request for Proposal (RFP) solicitation number N6893623R0009 to be posted on the beta.sam website. Interested parties must be registered in the System for Award Management (SAM) database. Written responses should be submitted to the listed points of contact within 15 days of this notice date.
    DART-Mass Spectrometer Maintenance, R11
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking a contractor for the maintenance and support of a DART-Mass Spectrometer over a twelve-month period, with an option for four additional years. The contractor will be responsible for providing preventative maintenance, which includes one annual on-site service visit, software updates, and unlimited emergency maintenance visits within 72 hours of notification. This maintenance is crucial for ensuring the operational efficiency of analytical laboratory instruments used in defense applications. Interested parties should contact Natella Calliste at natella.k.calliste.civ@us.navy.mil or Nicole Coleman at nicole.coleman@navy.mil for further details regarding the procurement process.
    Quant Studio PCR Maintenance, Repair, and Instrument Trade-In
    Buyer not available
    The Department of Defense, specifically the Army's Dugway Proving Ground, is soliciting proposals for the maintenance, repair, and trade-in of QuantStudio PCR instruments. This procurement aims to secure comprehensive services, including preventative maintenance, repairs, and calibration for various Thermo Fisher QuantStudio systems, with a focus on supporting women-owned small businesses. The initiative is critical for ensuring the optimal functionality of advanced laboratory equipment essential for scientific research. Interested contractors must submit their offers by March 4, 2025, and can direct inquiries to Amy Eilerts at amy.m.eilerts.civ@army.mil or call 435-831-2103 for further details.
    MRI System Phantom Service and Upgrade
    Buyer not available
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking proposals for the service and upgrade of two MRI system phantoms, which are critical for maintaining calibration properties in medical imaging research. The procurement includes the requirement for a 1K helium-4 sorption cooler that must deliver a minimum of 250uW of cooling for 24 hours, along with the replacement of specific arrays and validation of upgrades through imaging and measurement. This initiative underscores the importance of precision medical imaging tools in advancing research capabilities within the laboratory. Interested vendors should contact de Ionne Jones at deionne.jones@nist.gov for further details, with all service work expected to be completed within five months of order placement.
    Maintenance service for Mass Spectrometers and components
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide maintenance services for mass spectrometers and their components, critical to ongoing research at the National Institute on Aging (NIA). The contract requires OEM-certified technicians to perform preventive maintenance, emergency repairs, and technical support, ensuring the instruments remain operational for research on aging and proteomics. This maintenance is vital for the integrity and functionality of essential research equipment, with services to be conducted at the NIA facility in Baltimore, Maryland, from March 25, 2025, to March 24, 2026. Interested parties should contact Iris Merscher at iris.merscher@nih.gov or 301-827-2547 for further details.
    Preventive Maintenance Service for Thermo Orbitrap Fusion Lumos Mass Spectrometer System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking preventive maintenance services for its Thermo Orbitrap Fusion Lumos mass spectrometer system, which is crucial for the Clinical Cancer Metabolism Facility's research activities. The contractor will be responsible for providing all necessary labor, materials, and equipment to maintain the system's functionality, including annual scheduled visits for cleaning, calibration, and testing, as well as emergency services at no additional cost. This procurement is vital for ensuring the accuracy and reliability of data from clinical trials, directly impacting patient care and safety, and is structured as a firm fixed-price order for one year with four optional extensions. Interested parties, particularly small businesses, are encouraged to submit capability statements by March 3, 2025, and can contact David Romley at David.Romley@nih.gov or 240-276-7822 for further information.
    NOTICE OF INTENT TO SOLE SOURCE: Preventive Maintenance Service for One (1) Bruker Preclinical BioSpec 3T MRI System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for preventive maintenance services for a Bruker Preclinical BioSpec 3T MRI System. The contractor will be responsible for on-site preventive maintenance, emergency repairs, software updates, and hardware refreshes, all performed by factory-trained personnel in accordance with OEM standards. This MRI system is vital for the Radiation Biology Branch's research on cancer treatment and diagnosis, ensuring optimal functionality for metabolic imaging studies. Interested parties can contact Miguel Diaz at miguel.diaz@nih.gov or call 240-276-5439 for further details regarding this opportunity.
    NDT Modernization
    Buyer not available
    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.
    J065-- Manhattan Brainlab Curve Comprehensive Service
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking a sole-source contract for comprehensive service and maintenance of Brainlab and Curve Systems, specifically from Lovell Government Services. The contract will cover essential services such as repairs, part replacements, unlimited instrument exchanges for spinal and cranial accessories, and 24/7 support, ensuring compliance with manufacturer specifications. This procurement is vital for maintaining high-quality medical technology that supports veteran care, with the contract scheduled to run from May 1, 2025, to April 30, 2026, and a potential 14-month extension. Interested parties must provide technical information and proof of certification to service the equipment by February 28, 2025, and must be registered in the System for Award Management (SAM) to qualify. For further inquiries, contact Yasmin Moses at Yasmin.Moses@va.gov or call 718-584-9000 X8610.
    457675 - X-ray Microscope Instrument (XRM) Request for Proposal
    Buyer not available
    The Department of Energy, through Brookhaven National Laboratory, is soliciting proposals for the procurement of a high-resolution X-ray Microscope (XRM) under Request for Proposal (RFP) No. 457675. The objective is to acquire advanced analytical laboratory instrumentation to support research at the Center for Functional Nanomaterials, with a focus on technical performance, manufacturing capabilities, and quality assurance. This procurement is critical for enhancing nanoscience research capabilities and addressing national energy challenges. Interested vendors must submit their proposals by April 4, 2025, with questions due by March 6, 2025, and can contact Lisa Gonzales at lgonzales@bnl.gov or 631-344-5965 for further information.