Struers Sole Source
ID: W912NW25Q0016Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK CCAD CONTR OFFCORPUS CHRISTI, TX, 78419-5260, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Jan 22, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Army Contracting Command at Corpus Christi, is seeking a sole-source contract for the maintenance of specialized Metal Processing Laboratory Equipment, primarily from Struers, LLC. This procurement is essential for the preventative maintenance of equipment such as the Exotem-150, Tegramin-30, Accutom-5, and Citopress-20, which are critical for material component analysis prior to rotary aircraft assembly. The maintenance services are vital for ensuring operational integrity at the Corpus Christi Army Depot, with the contract set to begin on December 2, 2024. Interested parties can contact Carlos Bernal at carlos.s.bernal.civ@army.mil or by phone at 361-961-2643 for further details.

Point(s) of Contact
Files
Title
Posted
This government document outlines a justification for a sole-source contract related to the maintenance of specialized Metal Processing Laboratory Equipment at the Corpus Christi Army Depot. The Industrial Specialist, drawing on 18 years of experience, affirms the necessity of this maintenance for effective material component analysis prior to rotary aircraft assembly. Communication with Jack Worthington, a Materials Engineer, stresses that Struers, LLC holds proprietary maintenance rights, and currently, no other service providers can perform this task. The Contracting Officer, Archie Covington, certifies that the costs are fair, the justification is accurate, and limiting competition is in the government's best interest, provided funds are available. The document reinforces the essential role of this specialized maintenance in ensuring operational integrity at the depot, and it formalizes the procurement process for the required services.
Jan 21, 2025, 8:04 PM UTC
The document is a solicitation for commercial items, identified by the solicitation number W912NW25Q0016, issued by the Army Contracting Command at Corpus Christi. The primary purpose of this solicitation is to acquire preventative maintenance services for several pieces of equipment, specifically the Exotem-150, Tegramin-30, Accutom-5, and Citopress-20, over a specified period that begins on December 2, 2024. The solicitation indicates that it is set aside for small businesses and incorporates federal acquisition regulations, emphasizing compliance, including cybersecurity measures and avoiding contracts with entities involved in prohibited business operations, such as those in relation to Iran or the Maduro regime. Offerors must provide requisite certifications and representations regarding their business status, including size standards and ownership classifications (e.g., veteran-owned, women-owned). The evaluation criteria focus on the lowest price while meeting government requirements. The solicitation also outlines various clauses for contract terms, conditions, and compliance standards, ensuring that all responses adhere to federal procurement procedures.
Lifecycle
Title
Type
Struers Sole Source
Currently viewing
Solicitation
Similar Opportunities
Metallographic Abrasive saw
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to procure a Metallographic Abrasive saw on a sole-source basis from Struers LLC. This procurement is essential for supporting NAWCAD Lakehurst operations and falls under the authority of 10 USC 3204(a)(1), as implemented in FAR 6.302-1, indicating that no competitive solicitation will be issued. Interested parties have a 15-day window to respond to this presolicitation notice, although the Government retains discretion over whether to open the requirement to competition. For further inquiries, interested vendors can contact Jeff Chelston at jeffrey.m.chelston.civ@us.navy.mil or by phone at 240-577-5754.
PM and Repair Services: TESCAN Vega-3 Scanning Electron Microscope
Buyer not available
The Department of Defense, through the Fleet Readiness Center Southwest, intends to award a sole source contract to TESCAN USA, Inc. for preventive maintenance and emergency repair services of a TESCAN Vega-3 Scanning Electron Microscope located in San Diego, California. The procurement aims to ensure that the government-owned equipment remains operational and meets specific technical requirements, necessitating the use of factory-trained service engineers familiar with the equipment. This contract will cover a base year with four optional years, emphasizing the importance of timely preventive maintenance inspections and emergency repairs to maintain critical laboratory capabilities. Interested vendors may submit capability statements to Sean Quigley at sean.s.quigley.civ@us.navy.mil within two calendar days of this notice for consideration in determining whether a competitive procurement will be pursued.
Liquid Scintillation Counters
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from qualified contractors for a maintenance agreement for its Liquid Scintillation Counters, particularly TRI-CARB models. The objective is to ensure these government-owned instruments operate at maximum performance and are protected through a fixed-price contract that includes all necessary labor, parts, and tools for preventive and remedial maintenance, with unlimited on-site service visits required. This maintenance is critical for the optimal functionality and reliability of laboratory equipment used in national defense operations. Interested parties must submit white papers outlining their capabilities by April 16, 2025, and can direct inquiries to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.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.
Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
Buyer not available
The Department of Defense, through the Army Contracting Command – Red River Army Depot (ACC-RRAD), is seeking innovative solutions for the modernization of its Organic Industrial Base (OIB) via a Commercial Solutions Opening (CSO). The primary objectives include the design, manufacture, and installation of advanced testing systems such as a Road Wheel Drum Tester and DC Tooling solutions, aimed at enhancing military vehicle maintenance and operational efficiency. These initiatives are critical for improving quality assurance, safety, and cost-effectiveness in military operations, reflecting the Army's commitment to leveraging advanced manufacturing technologies. Interested vendors must submit proposals by specified deadlines, with the Road Wheel Drum Tester due by November 7, 2024, and DC Tooling solutions by April 30, 2025. For inquiries, contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil.
SOLE SOURCE RIEGL VZ-20001 3D TLS 2 YEAR MAINTENANCE
Buyer not available
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.
Fuel Tank Inspection and Certification
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the inspection and certification of nineteen above-ground fuel storage tanks located at the Corpus Christi Army Depot in Texas. The contractor will be responsible for ensuring compliance with the STI code and federal regulations, including 40 CFR Part 112, while conducting inspections and certifications without government supervision. These services are crucial for maintaining regulatory compliance and operational safety in the management of fuel storage facilities. Proposals are due by 10:00 AM on April 11, 2025, with the contract expected to be awarded shortly thereafter. Interested parties can direct inquiries to Carlos Bernal at carlos.s.bernal.civ@army.mil.
INTENT TO SOLE SOURCE: Preventative Maintenance and Repair Services
Buyer not available
The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking proposals for preventative maintenance and repair services for the Trumpf Trumatic Laser Cutting System, with a focus on sole source procurement due to the necessity of Original Equipment Manufacturer (OEM) involvement. The contract requires comprehensive maintenance support, including labor, parts, and technical assistance, to ensure the effective operation of critical equipment essential for naval operations. This procurement falls under NAICS code 811310, with a size standard of $12.5 million, and proposals are due by April 11, 2025, for a contract period starting May 5, 2025, with options extending to May 4, 2028. Interested vendors should contact Marilyn Fletcher at marilyn.g.fletcher2.civ@us.navy.mil or call 207-438-6349 for further details.
SCANNING ELECTRON MICROSCOPE MAINTENANCE AND SERVICE 1 YR
Buyer not available
The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the maintenance and service of a Bruker Nion UltraSTEM 200-X aberration-corrected scanning transmission electron microscope. The contract will cover one year of preventative maintenance and emergency service, emphasizing the critical need for specialized support for this advanced scientific equipment. This procurement falls under the NAICS code 811210, with a simplified acquisition threshold of $250,000, and interested parties have 15 calendar days from the publication of this notice to express their capability to meet the requirements. For inquiries, Richard Key can be contacted via email at richard.a.key2.civ@us.navy.mil.
NOTICE OF INTENT TO SOLE SOURCE FOR THE PROCUREMENT OF MICHIGAN SCIENTIFIC SW-SR2 STEERING EFFORT TORQUE AND ANGLE TRANSDUCER
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground, intends to award a sole source contract for the procurement of two Michigan Scientific SW-SR2 Steering Effort Torque and Angle Transducers, including necessary clamp sets. This specialized equipment is critical for mission-oriented automotive testing at the Automotive Test Center, and market research has confirmed that Michigan Scientific Corporation is the only supplier capable of meeting the specific requirements for this proprietary model. Interested parties are invited to express their interest and capability in writing by April 16, 2025, at 1:30 PM Eastern Daylight Time, although this notice does not constitute a request for competitive proposals. For further inquiries, contact Patrick Drabinski at patrick.j.drabinski.civ@army.mil or Birgit M. Jones at birgit.m.jones.civ@army.mil.