JEOL will provide up to 14 days of labor and/or travel (minimum 1/2 day per visit) for emergency service or *preventive maintenance, with unlimited telephone support and parts replacement
ID: 80NSSC25891954QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINTENANCE OF OTHER UTILITIES (Z1NZ)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking to award a sole source contract to JEOL USA, Inc. for up to 14 days of labor and/or travel related to emergency service and preventive maintenance for a proprietary Scanning Electron Microscope (SEM) utilized at the Goddard Space Flight Center. The contract includes unlimited telephone support and parts replacement, with a maximum contract value of $4,250, and is essential for maintaining the operational efficiency of critical projects within the Detector Systems Branch. Interested organizations may submit their capabilities and qualifications by 7 a.m. Central Standard Time on January 24, 2025, with all inquiries directed to Shanna Patterson at shanna.l.patterson@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a service contract for preventative maintenance and emergency support for a JEOL IT-800(SHL) scanning electron microscope (SEM) utilized by the Detector Systems Branch at NASA's Goddard Space Flight Center. The SEM is essential for various analytical projects, requiring regular maintenance from factory-qualified engineers to ensure operational efficiency. The scope of the contract includes up to 14 days of labor and/or travel for emergency service and preventive maintenance, along with unlimited telephone support and replacement of defective parts, capped at $4,250 per contract term. Emergency services cover repairs on the SEM and associated components, while additional labor will be billed at a reduced rate if maximum days are exceeded. The contract spans one year following award. This procurement aligns with government RFPs aimed at sustaining critical scientific instruments necessary for ongoing research initiatives.
    The NASA Shared Services Center recommends negotiating a sole-source service contract with JEOL USA Inc for maintenance of a proprietary Scanning Electron Microscope (SEM). This specialized SEM, critical to multiple projects within the Detector Systems Branch like ATHENA and PRIMA, requires unique maintenance due to its advanced features, including high-resolution imaging and X-ray spectroscopy capabilities. Alternative vendors are unavailable for these services because of the proprietary nature of the SEM, which necessitates factory-trained engineers for its upkeep. If another vendor were to be used, it could lead to significant delays and increased costs, jeopardizing ongoing projects. Overall, the recommendation underscores the necessity of JEOL USA Inc's engagement to ensure operational efficiency and project continuity.
    NASA's National Suborbital Science Center (NSSC) plans to issue a sole source contract to JEOL USA, INC. for up to 14 days of labor and/or travel related to emergency service or preventive maintenance, including unlimited telephone support and parts replacement. This procurement is justified under FAR 13.106-1(b)(1)(i) as JEOL is the sole provider for these services. The contract will be executed at NASA's Goddard Space Flight Center (GSFC), with a NAICS Code of 811210. Organizations interested in this procurement may submit their capabilities and qualifications by 7 a.m. Central Standard Time on January 24, 2025. The government reserves the right to determine whether to proceed competitively based on the responses. Oral communications are not allowed. The notice also includes contact details for the procurement specialist, Shanna Patterson, and references NASA's Ombudsman clause for inquiries.
    Similar Opportunities
    Sound Level Calibrator (qty1)
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure a Sound Level Calibrator (quantity 1) through a sole source contract with HOTTINGER BRUEL & KJAER INC., the sole provider for this equipment. This procurement is part of a broader initiative to enhance NASA Kennedy Space Center's (KSC) acoustic testing and environmental monitoring capabilities, which also includes additional high-precision microphone measurement equipment. Interested organizations are invited to submit their capabilities and qualifications in writing by 12 p.m. Central Standard Time on December 17, 2025, to the primary contact, Sara Jusino-Terry, at sara.a.jusino-terry@nasa.gov, as the government will evaluate submissions to determine the necessity of competitive procurement.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    Sole Source Justification Field Emission Scanning Electron Microscope (FESEM)
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking to procure a Sole Source Field Emission Scanning Electron Microscope (FESEM) through a Justification for Other Than Full and Open Competition (JOFOC). This procurement is essential for advancing NIST's capabilities in laboratory equipment and supplies, particularly in high-resolution imaging and analysis. The justification for this sole source acquisition will be publicly available within 14 days of the contract award, and the opportunity will remain open for 30 days in accordance with federal regulations. Interested parties can reach out to Nina Lin at nina.lin@nist.gov or Forest Crumpler at forest.crumpler@nist.gov for further inquiries.
    Provide NASA with a career page which can be used for job postings and growing employer brand/followers.
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to establish a dedicated career page to enhance job postings and strengthen its employer brand through a sole source contract with Carahsoft Technology Corp. The initiative aims to provide three recruiter licenses for unlimited candidate search and outreach, five job dashboard manager seats for efficient job management, and 51 job slots to streamline the hiring process, all while showcasing NASA's culture and building a talent pipeline. The performance period for this project is set from December 12, 2025, to December 11, 2026, with interested organizations invited to submit their capabilities and qualifications by 12 p.m. Central Standard Time on December 15, 2025, to determine the potential for competitive procurement.
    Safety and Mission Assurance Services (SMAS)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to modify the existing Safety and Mission Assurance Services (SMAS) contract (80MSFC18C0005) through a Justification for Other than Full and Open Competition. This modification aims to continue essential safety and mission assurance services critical to NASA's operations, ensuring compliance with safety standards and mission success. The services provided under this contract are vital for the overall safety and effectiveness of NASA's projects and missions. For further inquiries, interested parties can contact Belinda Triplett at belinda.f.triplett@nasa.gov or by phone at 256-544-3203.
    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.
    PD-33-0012; Scanning Electron Microscope (SEM)
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, Philadelphia Division (NSWCPD), is seeking to procure one (1) Scanning Electron Microscope (SEM) to support its Machinery Research, Logistics & Ship Integrity Department. The SEM must meet specific technical requirements, including a Schottky Emitter, SE and BSE detectors, a chamber for 300mm specimens, and an integrated EDS system, with functional capabilities such as <3nm resolution at 1kV and variable pressure capabilities (10-150 Pa). This procurement is critical for metallographic analysis and imaging, and interested businesses are invited to submit a 5-page Capability Statement by December 23, 2025, to demonstrate their ability to meet these requirements. Responses should be sent electronically to Jenny Tomeo at jenny.e.tomeo.civ@us.navy.mil, and the anticipated contract type is Firm Fixed-Price under Simplified Acquisition Procedures, with a Request for Proposal expected in February 2026.
    Justification for Other than Full and Open Competition (JOFOC) Posting - James Webb Space Telescope Phase E Operations and Sustainment
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to justify a sole-source contract for the James Webb Space Telescope (JWST) Phase E Operations and Sustainment, specifically with Northrop Grumman Systems Corporation (NG). This contract will ensure continuous operational support for the JWST mission for 4.5 years following the initial six months post-launch, leveraging NG's unique expertise as the prime contractor responsible for the telescope's design, development, integration, and testing. The decision to award this contract without full and open competition is based on NG's exclusive knowledge of the specialized hardware and software required for the JWST, which is critical for maintaining the observatory's health and safety. For further inquiries, interested parties can contact Bruce Tsai at Bruce.B.Tsai@nasa.gov or by phone at 240-684-0428.
    DEPLOYMENT SYSTEM WITH SPHERICAL ELECTRODES FOR SOUNDING ROCKETS
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for a "Deployment System with Spherical Electrodes for Sounding Rockets," specifically designed for analytical laboratory applications. This procurement is set aside for small businesses under the NAICS Code 334516, emphasizing the importance of innovative solutions in aerospace technology. Interested offerors must submit their quotes by December 18, 2025, at 3:00 p.m. CT, and direct any inquiries to Cody Guidry at cody.d.guidry@nasa.gov, ensuring compliance with SAM.gov registration requirements and other specified provisions.
    GW ACSSL FY26 Dawn VME Chassis
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Shared Services Center is seeking quotations for the GW ACSSL FY26 Dawn VME Chassis, a brand-name requirement under Request for Quotation (RFQ) 80NSSC26921020Q. This procurement is set aside for small businesses and falls under NAICS Code 334111, focusing on electronic computer manufacturing, with the goods intended for use in IT and telecom mobile device products. Quotes are due by December 17, 2025, at 1 p.m. CT, and must be submitted to Cara Craft at cara.s.craft@nasa.gov, with a requirement for quotes to remain valid for 30 days. Interested offerors must be registered on SAM.gov and comply with specific provisions regarding telecommunications equipment, as outlined in the RFQ documentation.