CBN HYPERION CLEANING SERVICE
ID: FA813224Q0048Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, USA

NAICS

Other Chemical and Allied Products Merchant Wholesalers (424690)

PSC

CHEMICALS (6810)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to award a Sole Source contract for the CBN Hyperion Cleaning Service to Electroplating Consultants International Inc., as part of its procurement for the Oklahoma City Air Logistics Complex. This contract will involve the supply of 45,000 Carats of CBN-570 materials, which are exclusively provided by Hyperion Materials & Technologies, the only certified supplier according to Air Force Technical Order T.O. 2-1-111. The unique qualifications of Hyperion as a trusted supplier for Pratt & Whitney necessitate this sole source justification, ensuring compliance with specific technical requirements. Interested parties may submit their quotes and capability statements electronically via the System for Award Management (SAM) at https://sam.gov/, with all necessary contractor registrations required prior to contract award. For further inquiries, interested vendors can contact Bridgette Miles at bridgette.miles@us.af.mil or Patrick Campbell at patrick.campbell.13@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Sole Source Justification from the Department of the Air Force for purchasing Cubic Boron Nitride (CBN) material and services from Hyperion Materials & Technologies, specifically 45,000 Carats of CBN-570. Valued at $231,000, Hyperion is identified as the sole certified supplier according to Air Force Technical Order 2-1-111, which eliminates the possibility of alternative sources. Hyperion lacks a cage code but permits Electroplating Consultants International (ECI) to supply both the material and support services, with ECI holding an active cage code as a small business. Due to the technical requirements set forth, no market research was conducted, and future sourcing from alternative vendors is also deemed improbable unless Hyperion authorizes additional distributors. This aligns with FAR 13.106-1(b)(1), justifying the decision to proceed with a single-source acquisition. The document concludes with the names of the Contracting Officer and Program Manager involved in the procurement process.
    The document outlines a Sole Source Justification from the Department of the Air Force for the procurement of 45,000 Carats of CBN-570 materials, specifically referring to Hyperion Materials & Technologies as the only certified supplier in accordance with Air Force Technical Order T.O. 2-1-111. Due to Hyperion's status and their authorization for Electroplating Consultants International (ECI) to supply the necessary materials, no market research was conducted, and it is concluded that only a single source is available for this requirement. The absence of additional distributors is noted, emphasizing that Hyperion's endorsement is essential for compliance. This action aligns with the Federal Acquisition Regulation, as it is determined that no other supplier meets the technical order's specifications. Thus, the contract is justified based on the unique qualifications of Hyperion as the trusted supplier for Pratt & Whitney, underpinning the Air Force's adherence to specified criteria in sourcing materials.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent: Waterjet
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a contract for the acquisition of an Omax water cutter, with Phillips Corporation Inc. identified as the sole source provider. This procurement is essential for the Air Force's Metals Technology shops, as the Omax machine meets specific operational requirements that no other alternatives can fulfill. The justification for this sole-source acquisition is based on the unique capabilities of the Omax water cutter and the urgency of operational demands, with funding contingent upon the availability of appropriated funds. Interested parties can reach out to Parker Hughes at parker.hughes@us.af.mil or 530-634-4119 for further information.
    Zirconium Hydride
    Active
    Dept Of Defense
    The Department of Defense, specifically the Crane Army Ammunition Activity (CAAA), is seeking proposals from qualified small businesses for the procurement of Zirconium Hydride, with a total requirement of 1,826 pounds. The procurement includes an initial delivery of 10 pounds for First Article Testing (FAT) within 45 days of contract award, followed by weekly deliveries of the remaining quantity in increments of 44 pounds until January 2025, after which the delivery rate will increase to 220 pounds per week until completion. This material is critical for military applications, adhering to the stringent MIL-SPECS MIL-Z-21353 standards, ensuring compliance with safety and quality requirements. Interested offerors must submit their proposals by September 23, 2024, at 12:00 p.m. Central Time, and direct any inquiries to the Contract Specialist, Dora Smith, at dora.d.smith5.civ@army.mil or the Contracting Officer, Bryce Willett, at bryce.t.willett.civ@army.mil.
    Notice of Sole Source Purchase- BaseConnect
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a Sole Source Purchase notice for BaseConnect, indicating that this procurement is not open to competition. The contract is set aside under the 8(a) program, which is designed to assist small disadvantaged businesses, and it falls under the NAICS code 513210 for Software Publishers. The goods and services being procured are related to aircraft ground servicing equipment, highlighting the importance of reliable software solutions in supporting military operations. Interested parties can reach out to Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179 for further inquiries, although no quotes will be accepted for this notice as it has already been awarded to BaseConnect.
    Notice of Intent to Sole Source Acutronic USA Inc
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Holloman Air Force Base, intends to award a sole source contract to Acutronic USA Inc. for the evaluation of the Contraves Model 445 120-inch Air Bearing Centrifuge, which has experienced significant water intrusion. The procurement aims to engage a certified technician to conduct a thorough inspection and assessment of the centrifuge's operational parameters and damage, ensuring its readiness for critical military testing applications. This specialized equipment, valued between $75 million and $100 million, is essential for inertial testing, and Acutronic is the only vendor with the necessary expertise to service it. Interested parties may submit capability statements by September 25, 2024, with the anticipated award date set for September 30, 2024. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil.
    Notice of Intent to Sole Source - CamWorks Software
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Test Center at Holloman AFB in New Mexico, intends to award a sole source purchase order to GoEngineer LLC for the procurement of CamWorks Software for the 846th Test Squadron. This software is critical for specific operational needs, and after thorough market research, GoEngineer LLC was identified as the only vendor capable of meeting the required specifications. The procurement falls under NAICS code 513210, with a small business size standard of $47 million, and the anticipated award date is September 27, 2024. Interested vendors may submit capability statements or proposals by September 20, 2024, to the contracting officer, Mr. Brett Moore, at brett.moore.6@us.af.mil.
    CNC Milling Machine - Intent to Sole Source Award
    Active
    Dept Of Defense
    The Department of Defense, specifically the 56th Contracting Squadron at Luke Air Force Base in Arizona, intends to award a sole source contract for a Haas 5-axis UMC-750 Milling and CNC Machine to Phillips Corporation Inc. This procurement is justified under Simplified Acquisition Procedures, as Phillips Corporation is the exclusive distributor for Haas CNC Machine Tools to U.S. Government facilities, ensuring compatibility with existing machinery and operational efficiency. The estimated contract value is $192,575, and the primary contacts for this opportunity are TSgt Jirah Lackings and TSgt Terrel Cloud, who can be reached at jirah.lackings@us.af.mil and terrel.cloud@us.af.mil, respectively. This notice serves as an intent to award and is not a request for competitive proposals.
    B-1B CYLINDER BLOCK, HYDRAULIC, NSN: 1650-01-210-5135, PN: 717633
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of hydraulic cylinder blocks (part number 717633, NSN 1650-01-210-5135) from Collins Aerospace. This sole source acquisition aims to secure a targeted base quantity of 842 units, with flexibility in pricing and quantity ranges to optimize costs, supporting the Air Force's B-1B aircraft program. Proposals must be submitted by October 7, 2024, with an acceptable early delivery date of May 9, 2026, and must comply with specific requirements including inspection at the origin, adherence to the Buy American Act, and detailed packaging and marking protocols as outlined in the associated documents. Interested parties can reach out to John Nolan at john.nolan.8@us.af.mil or call 405-855-3542 for further inquiries.
    Cross-Beam RGA for MBE (Molecular Beam Epitaxy)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory, intends to award a sole source contract for the procurement of a Cross Beam RGA for Molecular Beam Epitaxy (MBE) to American GMG, Inc. of Union City, California. This procurement is essential for advanced scientific processes, particularly in semiconductor technologies, and involves high-purity materials such as Scandium and Boron, which are critical for MBE applications. Interested parties may express their capability to meet this requirement, but the government reserves the right to proceed with the sole source award based on its discretion. For further inquiries, contact Ashley Grimes at ashley.n.grimes6.civ@us.navy.mil or call 202-875-9579, referencing Notice of Intent number N00173-24-Q-1301180854.
    Dry-Ice Nuggets
    Active
    Dept Of Defense
    The Defense Health Agency (DHA) intends to award a sole source contract to Lake Boone Ice Company, LLC, for the supply and installation of audio and video equipment. This procurement will be established as a firm fixed price Blank Purchase Agreement (BPA), covering a Base Period from September 30, 2024, to September 29, 2025, with four additional option periods extending to September 29, 2029. The decision for a sole source award is based on the determination that only one source is reasonably available to meet the agency's requirements, as outlined in Federal Acquisition Regulation (FAR) 13.106-1(b)(1)(i). Inquiries regarding this notice should be directed to Rhonda Cato at rhonda.r.cato.civ@health.mil, as this notice does not serve as a request for competitive quotes and no solicitation is available.
    CMM Operating System and Software Upgrade
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking to award a firm fixed-price contract for a CMM Operating System and Software Upgrade to Hexagon Manufacturing Intelligence, Inc. This procurement aims to enhance the operational capabilities of the Oklahoma City Air Logistics Complex (OC-ALC) through the acquisition of specialized software and system upgrades. The contract, valued at $190,938, is being solicited under the authority of FAR 13.106-1(b)(1) and requires interested vendors to register in the System for Award Management (SAM) prior to submission. Interested parties should contact Tamika Burrough or Jennifer Azbill via email for further information, with electronic submissions expected through SAM.