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
    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
    J--Preventative maintenance to spectrometer instruments
    Buyer not available
    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.
    Preventive Maintenance and Calibration for Laboratory Equipment - Gravity/Density with Changers
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, intends to award a Sole Source contract to Mettler-Toledo, LLC for preventive maintenance and calibration services for government-owned laboratory equipment, specifically focusing on gravity/density measurement devices. This procurement aims to ensure the operational reliability and accuracy of critical analytical laboratory instruments, which are essential for various defense-related applications. Interested parties are invited to express their interest and capability to respond to this requirement, with all submissions due by Wednesday, January 26, 2025, at 11:00 AM PST. Proposals should be sent via email to Ofelia G. Salas at ofelia.g.salas.civ@us.navy.mil, as no telephone inquiries will be accepted.
    NAVAIR METCAL LABMASTER UNIVERSAL
    Buyer not available
    The Naval Surface Warfare Center (NSWC), part of the Department of Defense, is seeking sources for the procurement of a Pratt & Whitney Labmaster Universal and associated equipment for the Metrology and Calibration (METCAL) Program. This procurement aims to enhance the calibration of measurement tools critical for military operations, including gage blocks and pin gages, and requires specific components, accessories, and comprehensive documentation such as operator manuals and calibration certifications. Interested parties are invited to submit their technical capabilities by March 24, 2025, with responses directed to Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil, referencing Sources Sought Notice N6426725Q4090. The expected delivery period for the contract fulfillment is 360 days post-award, and a minimum one-year warranty is required for all units.
    FY25 Cleaning, Calibration, and Certification of Leica Laser Interferometers & Accessories
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking proposals for the annual cleaning, calibration, and certification of Leica Laser Interferometers and their accessories. This procurement is essential to ensure the accuracy and reliability of the Navy's metrology and calibration program, as the equipment is critical for measuring both in-process manufacturing and completed parts. The contract will be a firm fixed price acquisition for non-personal services, with a performance period of one year, and requires compliance with ASME B89.4.22 standards for calibration certification. Interested contractors must contact Judy Secoda at judith.a.secoda.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further details and to discuss the stringent security protocols and quality assurance standards that must be adhered to during the execution of this contract.
    Spectrum 3 Optica
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center, intends to procure a Spectrum 3 Optica along with accessories, with the procurement being sole sourced to PerkinElmer LLC due to their unique capability to provide compatible software necessary for ongoing life-cycle monitoring. This specialized instrument is critical for measuring and testing electrical signals, ensuring the reliability and accuracy of operations within the department. Interested firms that believe they can meet the requirements are encouraged to submit a written response, including a capability statement, to the primary contact, Terryl Mitchell, at terryl.n.mitchell.civ@us.navy.mil, within five days of the notice publication. For participation, entities must maintain an active registration in the GSA's System for Award Management (SAM) and be certified through Defense Logistics Information Services (DLIS) to access Controlled Unclassified Information.
    Calibrate and Repair Serial Number 1040C
    Buyer not available
    The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.
    Dynamic Torque Calibrators
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential sources capable of providing Dynamic Torque Calibrators as outlined in the attached Statement of Work. The procurement aims to acquire up to 33 calibrators that will service various torque tools within the U.S. Navy's inventory, adhering to strict Calibration Standards Specifications and including installation and training at the Fleet Readiness Center in North Carolina. Interested parties are required to submit a Capability Statement detailing their qualifications, estimated pricing, and lead times by 5:00 PM PST on March 26, 2025, to the primary contact, Kelsey Pearce, at kelsey.a.pearce.civ@us.navy.mil. This sources sought notice is for informational purposes only and does not constitute a solicitation for proposals.
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter
    Buyer not available
    Notice of Intent to Sole Source Preventative Maintenance Services for a Gamma Well Counter The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract with PerkinElmer of Shelton, CT for the procurement of Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter. This contract will cover a base year plus four option years for NIST's Physical Measurement Laboratory (PML). The Preventative Maintenance Services are crucial for the continued operation of the gamma well counter, which is the cardinal instrument in NIST's Radioactivity Group. The Radioactivity Group develops and improves metrological techniques for radionuclide standardization and carries out various programs related to environmental measurements, nuclear medicine, radiological instrumentation for security, and radionuclide metrology. The gamma well counter plays a critical role in maintaining low-level secondary radioactivity standards and ensuring the integrity of long-term data acquisitions for radio nuclidic half-life determinations. PerkinElmer is the sole manufacturer and technician authorized to provide the required preventative maintenance services for the instrument. They possess the proprietary knowledge and parts necessary for successful maintenance. No other vendors are capable of providing the required services, and only authorized PerkinElmer technicians can maintain the existing warranty of the system during maintenance. The North American Industry Classification System (NAICS) code for this acquisition is 811219, with a size standard of $20.5 million dollars. The Government will consider responses received by November 6, 2015, to determine whether to conduct a competitive procurement. However, this notice of intent is not a request for competitive quotations, and no solicitation package will be issued. In summary, NIST intends to procure Preventative Maintenance Services for a PerkinElmer Wizard2 Gamma Well Counter to ensure the continued operation and performance of the instrument, which is vital for maintaining radioactivity standards and supporting various research programs. PerkinElmer is the sole provider capable of delivering the required services and maintaining the existing warranty.
    Notice of Intent to Single Source to Elemental Scientific, Inc
    Buyer not available
    The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
    Notice of Intent to Sole Source SIP Table Repairs
    Buyer not available
    The Department of Defense, specifically the Fleet Readiness Center, intends to award a sole source contract to Hartech Group, LLC for the maintenance and repair of two SIP Tilt Rotary Tables, Model number PI-5. The procurement involves an annual maintenance service agreement that includes calibration services and necessary repairs to ensure the equipment is fully operational. These SIP tables are critical for the operational readiness of the Fleet Readiness Center Southwest, and the contract is a logical follow-on to previous work performed by Hartech Group. Interested parties may submit a capability statement within three calendar days of this notice, with the primary contact for this opportunity being Jeffrey Smith at jeffrey.t.smith6.civ@us.navy.mil.