PURCHASE OF SERVICE AGREEMENT FOR PREVENTATIVE MAINTENANCE TO NION ULTRASTEM 200-X
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL RESEARCH LABORATORYWASHINGTON, DC, 20375-5328, USA

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to award a sole source purchase order to NION for the purchase of a service agreement for preventative maintenance to NION ULTRASTEM 200-X. This service agreement is used for the maintenance and repair of equipment, specifically maintenance and repair shop equipment. The place of performance for this procurement is Washington, DC, with a zip code of 20375, in the United States. The size standard for this requirement is 1000, and the procurement will be made utilizing Simplified Acquisition Procedures. Interested parties have fifteen calendar days to express their interest and capability to respond to this requirement. The primary contact for this procurement is Dwyane McQueen, who can be reached at dwyane.mcqueen@nrl.navy.mil.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    SOLE SOURCE - PREVENTATIVE MAINTENANCE AGREEMENT FOR ONE YEAR ON THE SEM SHREDDER/DISINTEGRATOR
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Crane Division (NSWC Crane), is seeking a sole source contract for a Preventative Maintenance Agreement for one year on the SEM Shredder/Disintegrator, Model 22VK. The contract includes two scheduled maintenance visits and two emergency visits as needed, focusing on the maintenance and repair of equipment manufactured by Security Engineered Machinery Company (SEM), which is the only authorized provider due to proprietary data rights. This procurement is critical for ensuring the operational efficiency of the equipment, and interested vendors must submit their capability statements by the closing date of May 21, 2025, at 4:00 PM Eastern Time, with offers to be emailed to Emily Wichman at emily.j.wichman.civ@us.navy.mil.
    Notice of Intent to Sole Source-Preventative Maintenance and Repair of Medtronic ENT Intracranial Stereotactic System & Neurological Physiological Monitor
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, intends to award a sole-source contract to Medtronic USA Inc. for the preventative maintenance and repair of the Medtronic ENT Intracranial Stereotactic System and Neurological Physiological Monitor located at the Naval Hospital Operating Room in Bremerton, Washington. This contract will ensure that the complex medical devices, which are regulated by the Food and Drug Administration, are maintained by the sole manufacturer and distributor, Medtronic, as they do not authorize third-party repairs or services. Interested businesses that believe they can meet the requirements must submit a capability statement to Bryan Heickman at bryan.g.heickman.civ@health.mil by 12:00 PM Eastern on May 27, 2025, as this notice is not a request for competitive proposals.
    Purchase parts for diamond reactor installation
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), intends to award a sole source purchase order to Dibert Valve & Fitting Co Inc for the procurement of parts necessary for the installation of a diamond reactor. This acquisition is critical as it involves specialized components that are essential for the operational capabilities of the NRL. The procurement will be conducted under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities by the closing date of May 20, 2025, at 0800 hours. For further inquiries, potential respondents can contact James Buie at james.buie@nrl.navy.mil or by phone at 202-923-1553.
    NNSY Calibration Services - Measurements International
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard (NNSY), intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for calibration, repair, and replacement services specifically for Measurements International products. This procurement is aimed at ensuring the maintenance and operational readiness of critical electronic and precision equipment, which is vital for the Navy's operational capabilities. The contract is set aside for small businesses, with a total small business set-aside under FAR 19.5, and the anticipated period of performance will commence upon award and last for 364 days. Interested parties can direct inquiries to Devin Edwards at devin.m.edwards4.civ@us.navy.mil or by phone at 757-964-2923, with the solicitation number N4215825QN053 closing on May 20, 2025, at 12:00 PM EST.
    Maintenance Services for Nerve Integrity Monitor systems
    Buyer not available
    The Defense Health Agency (DHA) intends to award a sole source Service Agreement to Medtronic Inc. for the provision of Preventative Maintenance Services for Nerve Integrity Monitor systems at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is justified under the statutory authority permitting Other than Full and Open Competition, as Medtronic is the sole manufacturer of the equipment, making them the only qualified provider for these essential services. The maintenance of these systems is critical for ensuring the operational integrity of medical procedures that rely on nerve monitoring technology. Interested parties capable of providing these services are invited to submit their capabilities and price lists by 10:00 AM EST on May 21, 2025, to the primary contact, Ealed Nuru, at ealed.m.nuru.civ@health.mil, with a copy to Erica S. Oh at erica.s.oh.civ@health.mil.
    Notice of intent to award sole source
    Buyer not available
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    Contract for Service call from Resodyn to PMCS and repair LabRAM II H and RAM 5
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Resodyn Acoustic Mixers for maintenance and repair services on their LabRAM IIH and RAM-5 mixers. The primary objective is to address operational issues, including power and vacuum problems with the LabRAM IIH, which have not been serviced since 2019, and to ensure both mixers are fully functional and safe for use. This maintenance is crucial for supporting the Navy's operations involving advanced mixing technologies critical to energetic material processes. Interested vendors must respond by May 20, 2025, at 8:00 a.m. EST, and should direct their inquiries to Natella Calliste at natella.k.calliste.civ@us.navy.mil, as this opportunity is not open for competitive bidding.
    6625 - 5-year BOA renewal for the repair of 2 NIINs used on the F/A-18 listed on Attachment A.
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking eligible contractors for a 5-year Blanket Ordering Agreement (BOA) renewal focused on the repair of two National Item Identification Numbers (NIINs) used on the F/A-18 aircraft. Contractors will be required to provide labor, materials, and facilities necessary for the repair and modification of the specified items, as the government does not possess the data required for these repairs. This procurement is critical for maintaining the operational readiness of the F/A-18 fleet, and the government intends to negotiate with only one source under FAR 6.302-1. Interested parties must submit capability statements within 45 days of the notice publication, and any proposals must include the necessary information for Source Approval as outlined in the NAVSUP-WSS Source Approval Information Brochure. For further inquiries, contact Michael Zuccarini at 215-697-1106 or via email at michael.zuccarini@navy.mil.
    REPAIR OF THE NSI LASER MILL CUTTING SYSTEM
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the repair of the NSI Laser Mill Cutting System, with a focus on small business participation as this is a total small business set-aside procurement. The procurement requires the provision of new equipment, specifically brand name or equal items, and emphasizes the necessity for vendors to be authorized distributors to ensure compliance with warranty and service requirements. This opportunity is critical for maintaining the operational capabilities of the laboratory's optical instrumentation, which supports various research and technological advancements. Interested vendors should submit their quotations to James Chappell at james.chappell@nrl.navy.mil by the specified deadline, ensuring they are registered in the System for Award Management (SAM) database.
    NRP,UPS A014
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the NRP,UPS A014, a specialized aircraft component. This procurement is a sole source requirement, indicating that the government does not possess sufficient data to contract with any source other than the current approved supplier, necessitating compliance with specific repair procedures and quality standards. The successful contractor will be responsible for ensuring that the items are repaired, tested, and inspected according to the established Statement of Work, with all proposals remaining valid for a minimum of 120 days post-submission. Interested parties should direct inquiries to Danielle Junod at danielle.m.junod.civ@us.navy.mil or by phone at 215-697-1138.