Notice of Intent to Award Sole Source - SciAps Inc.
ID: F2M3CC5055A001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCE

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

CHEMICAL ANALYSIS INSTRUMENTS (6630)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Apr 13, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, intends to award a sole-source contract to SciAps Inc. for the procurement of a SciAps X-550 Pb Analyzer. This specialized analyzer is the only non-radioactive device approved by the Housing Urban Development (HUD) agency for use in child-occupied facilities, which is critical for meeting OSHA Negative Exposure Assessment requirements across various projects at Joint Base San Antonio (JBSA). The contract will be negotiated under FAR 13.106-1(b)(1)(i), emphasizing the urgency and unique nature of the required equipment. Interested parties may express their capabilities to fulfill this requirement, and inquiries can be directed to SrA Jamie Cutright at jamie.cutright@us.af.mil or 210-671-4476, or MSgt Johnathan Leuellen at johnathan.leuellen@us.af.mil or 210-671-6412.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
DETECTORS/TUBES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for the procurement of various hazard-detecting instruments and apparatus, specifically under the title "DETECTORS/TUBES." This opportunity is a sources sought notice aimed at identifying potential suppliers capable of manufacturing these items, as the government lacks complete unrestricted technical data and intends to solicit only from approved sources, with DRAEGER, INC. being the sole approved source identified. The anticipated contract will be an Indefinite Quantity Long-Term Contract (IQC) with a base period of three years and two one-year options, and it falls under NAICS code 334511, with a small business size standard of 1,350 employees. Interested suppliers are encouraged to complete the market research questionnaire and provide feedback by the specified deadline to assist in shaping a realistic solicitation. For further inquiries, potential bidders can contact Brandy Warner at brandy.warner@dla.mil or by phone at 614-692-5024.
Notice of Intent to Sole Source-Hematology Analyzer Supplies
Buyer not available
The Department of Defense, specifically the 341st Medical Group at Malmstrom Air Force Base, intends to award a sole-source contract to SYSMEX AMERICA, INC for the procurement of hematology analyzer supplies. This requirement is critical to ensure compatibility with the existing hematology analyzer equipment, as SYSMEX is the sole manufacturer and does not distribute its products through third parties. The contract will encompass the provision of materials, equipment, and qualified personnel for hematology testing, including 24/7 service coverage, preventive maintenance, and timely shipment of reagents, with a focus on maintaining a 99% operational uptime. Interested parties may submit proposals demonstrating the benefits of competition by May 9, 2025, at 6 PM MST, directed to Contract Administrator Elizabeth Basu at elizabeth.basu@us.af.mil.
3D Scanner
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of Hexagon Absolute 3D Scanner Arms and associated equipment as outlined in solicitation FA460825QC016. This procurement is a total small business set-aside and aims to acquire high-precision tools necessary for measuring and testing electrical signals, which are critical for operational success in various technical applications. Interested vendors must submit their quotes by 1:30 PM CDT on May 2, 2025, and are encouraged to review the provided equipment list and comply with all federal regulations as detailed in the solicitation documents. For inquiries, potential bidders can contact SSgt Tyler Parsons at tyler.parsons.3@us.af.mil or SSgt Marcus Olearnick at marcus.olearnick@us.af.mil.
AST Analyzer
Buyer not available
The Department of Defense, specifically the U.S. Air Force's Petroleum Office (AFPET), is seeking proposals for an integrated sampling and analysis system for Aviator Breathing Oxygen (ABO) and Compressed Breathing Air (CBA). This procurement aims to ensure the quality testing of critical air supplies used in Air Force operations, necessitating a system that adheres to Department of Defense standards and ASTM practices for cleanliness, while also being portable and capable of accurately detecting contaminants. Interested vendors must submit their bids by May 6, 2025, and ensure compliance with the technical specifications outlined in the Statement of Work, with delivery expected within 120 days. For inquiries, contact Kareem Beckles at kareem.beckles.1@us.af.mil or Aziz Tetou at aziz.tetou@us.af.mil.
Astrophysics X-Ray Scanner Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, intends to award a single-source contract for the maintenance of Astrophysics X-Ray Scanners at the Stratton Air National Guard Base in Scotia, New York. The contract will cover a base period plus four option years, requiring the contractor to provide all necessary management, tools, supplies, equipment, and labor to service and maintain the Astrophysics Inspection System, ensuring optimal functionality and compliance with safety standards. This procurement is critical as it involves specialized equipment essential for security and inspection operations at the base, with the contract award anticipated around May 25, 2025. Interested parties may submit capability statements or proposals by May 2, 2025, and should direct inquiries to CMSgt Nicholas Bastiani at 518-344-2513 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
Sole Source; Detector CXDI-50G Sensor; GTMO, CUBA
Buyer not available
The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for the procurement of a Detector CXDI-50G Sensor to Siemens Medical Solutions USA, Inc. This contract, classified under NAICS code 334517, will provide a one-time supply of the specified sensor to the U.S. Naval Medical Research Unit in Guantanamo Bay, Cuba, which is critical for medical imaging applications. Interested parties are invited to submit a capabilities statement by 10:00 AM Eastern Standard Time on May 9, 2025, to the designated contacts, Mary Shifflett and Rebecca Brashears, via the provided email addresses, as this notice serves to inform industry of the government's intent and is not a formal solicitation.
66--DETECTOR ASSEMBLY,F, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure eight units of the Detector Assembly, F, for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract repair from alternative sources, making it uneconomical to reverse engineer the part. Interested parties are encouraged to express their interest and capability to meet the requirement, with proposals due within 45 days of this notice. For further inquiries, potential bidders can contact Leigh E. Catchings at (717) 605-2864 or via email at Leigh.E.Catchings.CIV@us.navy.mil.
Dynamic Vapor Sorption Analyzer Equipment
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers' ERDC-CERL, is seeking to procure a Dynamic Vapor Sorption (DVS) Analyzer Equipment on a sole source basis from Surface Measurement Systems LTD North America (SMS). The required equipment must include a specimen pre-heater, a heated water reservoir for high humidity and temperature measurements, and software for instrument control and DVS analysis, along with a basic set of consumables and at least five independent micro-balances for simultaneous specimen measurement. This specialized analyzer is crucial for the ERDC-CERL research program, as it is the only model available that meets the specific technical requirements necessary for their studies. Interested parties who believe they can fulfill this requirement are encouraged to submit a capability statement to CERL-CT-Quotes@usace.army.mil by the specified deadline, although there is no guarantee that submissions will alter the Government's acquisition strategy.
Purchase of a Mobility Enhanced Spectrum Analyzer (MESA) and DopeScope
Buyer not available
The Department of Defense, specifically the Army Counterintelligence Service, is soliciting bids for the purchase of a Mobility Enhanced Spectrum Analyzer (MESA 2.0) and Dopescope, which are critical for technical surveillance countermeasures. The procurement requires brand-name equipment from Research Electronics International (REI) to meet stringent military performance standards, including advanced features for frequency data analysis and RF detection capabilities. This equipment is essential for various applications, such as eavesdropping detection and RF emissions analysis, ensuring the security and integrity of military communications. Interested small businesses must submit their quotes by the specified deadline, with the contract expected to be awarded based on the lowest priced technically acceptable offer. For inquiries, contact Arnold H. Singleton at arnold.singleton@us.af.mil or call 586-239-5917.
Magnetic Particle Bench Replacement
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to procure five Magnetic Particle Inspection Benches, including three Model 3509A-01 and two Model 3606, under a total small business set-aside contract. These benches are critical for inspecting defects in ferrous metals, particularly in aircraft and engine components, ensuring operational readiness and safety through precise magnetization and demagnetization processes. The procurement emphasizes adherence to stringent technical specifications and standards, with a focus on maintaining operational continuity by utilizing brand-name equipment already in use, minimizing retraining and support costs. Interested vendors must submit their quotes by May 16, 2025, and ensure registration in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, contact Margaret King at margaret.king.1@us.af.mil.