INTENT TO SOLE SOURCE: Annual onsite preventative maintenance and calibration services
ID: N3904024Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPORTSMOUTH NAVAL SHIPYARD GFPORTSMOUTH, NH, 03801-5000, USA

PSC

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

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
  1. 1
    Posted Oct 5, 2023 7:30 PM
  2. 2
    Updated Oct 5, 2023 7:30 PM
  3. 3
    Due Oct 12, 2023 9:30 PM
Description

The Department of Defense, specifically the Department of the Navy, from the Portsmouth Naval Shipyard GF, has issued a Combined Synopsis/Solicitation notice for the procurement of annual onsite preventative maintenance and calibration services. This service is typically used for the maintenance and calibration of equipment, instruments, and laboratory equipment. The procurement is set aside for 8(a) Sole Source (FAR 19.8) and the place of performance is in Kittery, ME (zip code: 03904), USA. The primary contact for this procurement is Hillary Kang-Parker, who can be reached at hillary.s.kang-parker.civ@us.navy.mil or 2074386883. The notice states that there is only one responsible source for this service, the Original Equipment Manufacturer (OEM) Perkin Elmer, based on their proprietary data and knowledge of the machinery. Therefore, this requirement is to be solicited in accordance with Sole Source exclusive rights.

Point(s) of Contact
Files
Title
Posted
Lifecycle
Title
Type
Similar Opportunities
POSICHECK CALIBRATION
Active
Dept Of Defense
The Puget Sound Naval Shipyard and Intermediate Maintenance Facility intends to award a sole-source contract to Honeywell Analytics Inc. for Posicheck Calibration. The calibration of PosiChek3 USB devices is essential for flow testing SCBA equipment, which is a critical task for ensuring the safety and functionality of breathing apparatus. The naval shipyard seeks to award the contract under FAR 13.106-1(b)(1)(i), bypassing a full and open competition. Interested parties are invited to submit their interest and capabilities via email by the deadline. The navy will consider all responses from responsible parties, which must include convincing documentation of their abilities to meet the calibration requirements. This special notice does not constitute a request for quotes. The government maintains the discretion to determine whether to compete the procurement based on the responses received. No costs incurred by potential contractors will be borne by the government. To be eligible for award, prospective contractors must be registered in the System for Award Management (SAM) and submit their capabilities to two designated points of contact by the deadline. The government will not return any submitted documents. The opportunity's key details are as follows: - Opportunity Title: PosiCheck Calibration - Location: Bremerton, Washington - Contact: Carolyn J. George, Purchasing agent; Jesse Schimke, Contracting Officer - Deadline: 29 July 2024 at 0900 AM Pacific Time - Registration: System for Award Management (SAM) Interested parties should provide information via email, adhering to the specified subject line format and deadline. The government will evaluate responses to determine if a solicitation will be issued, with selection criteria focusing on demonstrating the capability to satisfy the PosiChek calibration requirements.
J--Preventative maintenance to spectrometer instruments
Active
Dept Of Defense
The Department of Defense, specifically the Department of the Navy, is seeking preventative maintenance services for spectrometer instruments. Spectrometer instruments are typically used for analyzing and measuring the properties of light. This combined synopsis/solicitation is for the sole source purchase of medical equipment maintenance. The procurement is being conducted by the NAVSUP FLT LOG CTR NORFOLK. For further details, please refer to the attached synopsis/solicitation.
Intent to Sole Source ATI for Nuclear Photometers
Active
Dept Of Defense
The Portsmouth Naval Shipyard intends to award a sole-source contract to ATI (Hamilton Associates Inc.) for the supply of nuclear photometers. The contract is contemplated as a Firm-Fixed Price agreement. The Navy requires these instruments, as detailed in the attached Sole Source Justification document, for their uniqueness and ability to meet the Navy's specific needs. The intent is to award the contract without competition, but the Shipyard encourages any capable parties to express their interest and qualifications. The key qualification is the ability to provide the specific equipment required by the Navy, as outlined in the Sole Source Justification. Potential suppliers should demonstrate their ability to meet this requirement when responding. Although the primary contact, Sarashea Falla, has provided an email address and phone number for inquiries, the notice discourages requesting a written solicitation. The Navy will not issue a formal request for proposals, but interested parties may submit quotations for consideration.
GAS CHROMATOGRAHY MAINTENANCE
Active
Dept Of Defense
The Department of Defense, specifically the Naval Sea Systems Command (NAVSEA) Contracting Department, plans to contract maintenance services for gas chromatography instruments used by the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF). This maintenance work is intended to be awarded on a sole source basis to Verder Scientific, Inc. under the FAR 13.106-1(b) guidelines. However, the NAVSEA remains open to receiving and reviewing submissions from other responsible parties. The services required involve specialized maintenance and support for gas chromatography equipment, likely including the repair, recalibration, and potential replacement of components. The work is expected to be commercial in nature, and the contract will likely be firm-fixed priced. Interested parties should monitor the sam.gov website for the official solicitation, expected to be posted around July 25, 2024, with quotes due on or about July 29, 2024. The solicitation will outline the specific requirements and expectations for the maintenance services. NAVSEA will evaluate submissions based on the criteria outlined in the solicitation, which will be available on sam.gov. Applicants should ensure their submissions adhere to the outlined requirements and provide a comprehensive proposal. For clarity and to avoid any potential issues, applicants are advised to direct any inquiries to the primary contact, Andrew Smith, via email at andrew.r.smith6@navy.mil, or the secondary contact, Brian Fergus, at brian.fergus@navy.mil. Note: The information provided is based on the current notice and may not capture all eventual details. Applicants should refer to the official solicitation for the final scope and requirements.
Gas Chromatographs (Preventive Maintenance and Repair)
Active
Dept Of Defense
The U.S. Navy's Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility is seeking experienced small businesses for a contract to perform annual preventive maintenance and repairs on its advanced laboratory equipment. The scope of work involves ensuring the seamless operation of two Agilent 7890 GC systems, one Agilent 7697A Headspace autosampler, and one OI Analytical XSDTM 5360 detector. These instruments are critical for providing analytical services to naval vessels and shore-based commands. Selected contractors will be required to provide authorized OEM-approved services, including maintenance, repairs, adjustments, and functional testing. The work also entails providing technical support, consumables, and software updates. The Navy is specifically interested in hearing from small businesses, including those that are small disadvantaged, women-owned, or certified under the 8(a) program. Eligible businesses should have a strong track record of maintaining and repairing scientific equipment and must be authorized by the OEM to work on the specified instruments. This is a sources sought notice, and interested parties are invited to submit a response by 3:00 pm HST on August 1, 2024. The contact persons listed are Jodie Tramuto and Evangeline Calaustro, whose emails are provided in the notice. Businesses interested in responding should provide their organizational details along with a tailored capability statement that showcases their ability to perform the required tasks. It's emphasized that this is a voluntary response and that the government does not incur any financial responsibility for costs associated with the response. The Navy reserves the right to evaluate and select responses at its discretion.