Agilent CrossLab Silver Maintenace Program
ID: M6700124Q1112Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYCOMMANDING GENERALCAMP LEJEUNE, NC, 28542-0004, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
    Description

    Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Agilent CrossLab Silver Maintenance Program services. This program is typically used for preventative maintenance of Agilent Model 5800 ICP-OES equipment. The services will be performed at Cherry Point, North Carolina, United States. Interested contractors must be registered in the System for Award Management (SAM) website and the Wide Area Workflow (WAWF) invoicing system. The deadline for questions regarding this requirement is 12:00 P.M. (EST) on July 9, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Preventive Maintenance Agreement for a NanoSight NS300
    Active
    Health And Human Services, Department Of
    The U.S. Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors for a Preventive Maintenance Agreement for a NanoSight NS300 and Hydro EV Accessory. The procurement aims to establish a contract that includes on-site preventive maintenance, unlimited corrective repairs, and services performed by OEM-certified engineers, adhering to Original Equipment Manufacturer specifications. This maintenance is crucial for ensuring the reliability and performance of the FDA's laboratory equipment, which plays a vital role in regulatory and research activities. Interested vendors must submit their qualifications, including business information and past performance, by October 18, 2024, to Yolanda Rankin at yolanda.rankin@fda.hhs.gov or by phone at 214-253-4954. The contract will have a base period plus three one-year option periods, starting from November 8, 2024.
    Spectroil Onsite Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide onsite repair services for the Spectroil M spectrometer at Robins Air Force Base in Georgia. The contractor will be responsible for all labor, travel, tools, and replacement parts necessary to restore the spectrometer to operational status, adhering to strict safety and health regulations as outlined in the Performance Work Statement (PWS) and associated safety documentation. This procurement is critical for maintaining the operational readiness of the Air Force's Chemical Analysis Laboratory, ensuring compliance with federal acquisition regulations while promoting engagement with Women-Owned Small Businesses (WOSBs). Interested parties must submit their quotes by October 8, 2024, with the performance period scheduled from October 28 to December 2, 2024. For further inquiries, contact Carmen Davis at carmen.davis.2@us.af.mil or De'Anna Thompson at deanna.thompson.3@us.af.mil.
    QUARTERLY AIR SAMPLING, PREVENTATIVE & CORRECTIVE MAINTENANCE OF ALL BREATHING AIR COMPRESSORS WITHING NAVY REGION SOUTHWEST
    Active
    Dept Of Defense
    The Department of Defense, through the Command Navy Region Southwest, is seeking qualified small businesses to provide quarterly air sampling and preventative and corrective maintenance for government-owned breathing air compressors. The contract encompasses a base year from October 15, 2024, to October 14, 2025, with two optional 12-month extensions, ensuring compliance with NFPA and manufacturer standards critical for the operational readiness of fire services across multiple military installations. Interested contractors must submit proposals that include a comprehensive technical approach, pricing details, and past performance data, with the total contract value estimated at $24,300 annually. Proposals are due by October 11, 2024, and inquiries can be directed to Jheanna Poblete at jheanna.u.poblete.civ@us.navy.mil or by phone at 619-556-5361.
    DoD STTR 24.D Program BAA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 500 MHz Nuclear Magnetic Resonance Spectrometer. This equipment is typically used for physical properties testing and inspection. The procurement will be priced at the time of delivery order placement, with delivery FOB Destination. The contractor must provide documentation and certification of compliance with applicable specifications. The acquisition is under NAICS Code 334516 with a size standard of 1000. Payment will be made through Wide Area Workflow (WAWF) with Defense Finance and Accounting Service (DFAS). More information will be provided in the Request for Proposal (RFP) solicitation number N6893623R0009 to be posted on the beta.sam website. Interested parties must be registered in the System for Award Management (SAM) database. Written responses should be submitted to the listed points of contact within 15 days of this notice date.
    Keysight Signal Generator Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is seeking to procure repair services for Keysight signal generators, which are critical instruments used for measuring and testing electrical signals. This procurement is intended to be sole sourced to Keysight Technologies, Inc., as these generators are exclusively owned and repaired by them. Interested firms that believe they can meet the requirements are invited to submit a written response, including a capability statement, by contacting Donell Sims at donell.e.duenassims.civ@us.navy.mil within five days of this notice. All interested parties must also ensure they are registered in the System for Award Management (SAM) database to be eligible for contract award.
    Mettler Toledo Titration Systems Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance and repair of Mettler Toledo Titration Systems at Robins Air Force Base in Georgia. The procurement involves providing all necessary labor, parts, materials, tools, and travel for preventative maintenance and repairs, with a focus on compliance with manufacturer specifications and the use of OEM-certified personnel. These systems are critical for the operations of the Chemical Flight Laboratories, where any instrument failures could significantly disrupt workflow. Interested contractors should note that this is a sole source solicitation directed to Mettler-Toledo, Inc., with a contract period of one year starting November 8, 2024, and options for two additional years. For further inquiries, potential bidders can contact Andrea Cervantes at andrea.cervantes.1@us.af.mil or Claudette Macneil at claude.macneil@us.af.mil.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    Austal USA 10-Year Maintenance Service
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 10-year maintenance service for a T-EPF class vessel. The service includes the installation of Government Furnished Materials (GFM) and will be performed by Original Equipment Manufacturer (OEM) Austal USA certified service technicians. The procurement will be conducted using FAR Part 12 and 13 Procedures. Interested parties should monitor the SAM.Gov website for the solicitation and any subsequent amendments. Prospective offerors must be registered in the System for Awards Management (SAM) to receive a Government Award. For more information, contact Mr. Reg Agahan at regel.a.agahan.civ@us.navy.mil.
    ORD/CEMM/WECD/MMB - TSQ Quantis Mass Spectrometer
    Active
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking maintenance services for the TSQ Quantis Mass Spectrometer and Vanquish Liquid Chromatograph System. The procurement aims to ensure the operational efficiency and reliability of these critical laboratory instruments, which are essential for environmental analysis and research. The contract falls under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance, and is classified under PSC code J066 for maintenance and repair of laboratory equipment. Interested vendors can contact Agnes Choate at Choate.Agnes@epa.gov or call 919-541-2579 for further details regarding the solicitation process.
    Calibration and Repair Services - PNSY
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE Calibration and Repair Services - PNSY: The Department of the Navy at Portsmouth Naval Shipyard GF is seeking sources capable of providing calibration and repair services for the Portsmouth Naval Shipyard in Kittery, Maine. These services are required for instruments and laboratory equipment in accordance with the attached Statement of Work. Interested vendors must be able to comply with FAR 52.245-1, DFARS 252.245-7003, and DFARS 252.245-7005. Responses from interested vendors are due by 11:59pm ET on Tuesday, December 31, 2024. This Sources Sought announcement is for market research purposes only and may lead to an official solicitation in the future. Interested parties must meet specific criteria, including having an active CAGE Code and registration in the System for Award Management (SAM.gov). The response should include company information, point of contact details, business size and type, capabilities statement, and related marketing materials. Responses should be limited to ten pages and submitted in PDF format via email to the Contract Specialist, David Agea, at david.a.agea.civ@us.navy.mil. This notice is for informational purposes only and does not constitute a solicitation or commitment by the government.