Intent to Award Sole/Single Source - Hitachi SU-70 Field Emission Scanning Electron Microscope (FESEM) Service Agreement
ID: IASS-AFRL-PZLEQ-2025-0006Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2396 USAF AIR FORCE MATERIEL COMMAND AFRL PZL AFRL PZLEWRIGHT PATTERSON AFB, OH, 45433-7541, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for a service agreement related to the Hitachi SU-70 Field Emission Scanning Electron Microscope (FESEM) at Wright-Patterson Air Force Base in Ohio. The contractor will be responsible for providing comprehensive maintenance services, including on-site preventative and corrective maintenance, telephone and email support, and all necessary labor and replacement parts at no additional cost to the government, for a duration of eight months starting February 24, 2025. This procurement is critical for ensuring the operational integrity of mission-critical laboratory equipment, which plays a vital role in defense research and development. Interested parties can reach out to Jason Sav at jason.sav@us.af.mil for further details regarding this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for maintenance services of the Hitachi SU-70 Scanning Electron Microscope at Wright-Patterson Air Force Base for a period of eight months, starting February 24, 2025. The contractor is responsible for providing on-site preventative and corrective maintenance, including telephone and email support, and must handle all labor and replacement parts at no additional cost to the government. The document specifies safety and quality assurance protocols, requiring the contractor to develop a Quality Control Plan. Contractor employees must comply with security requirements and maintain proper identification on base. Maintenance services are to be performed during regular hours, with the contractor ensuring service continuity during base exercises or emergencies. The contractor must also safeguard government property, adhere to environmental standards, and maintain clear communication with government personnel regarding service delivery and any incidents. The PWS sets performance thresholds for maintenance tasks, emphasizing timely completion and minimal customer complaints. This document is part of government RFPs aimed at securing reliable and compliant contractor services to support mission-critical laboratory operations.
    Similar Opportunities
    Repair of the SEM/EDX JetSCAN Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Scanning Electron Microscopes (SEM/EDX), focusing on the inoperable JetSCAN equipment. The procurement aims to establish a firm fixed price contract that includes identifying, troubleshooting, and repairing the JetSCAN machines, along with providing a three-day user training course and monthly status reports for data trend analysis. These services are crucial for maintaining the operational readiness of high-value scientific equipment used by the U.S. Air Force. Proposals are due by January 16, 2025, and interested contractors can reach out to Jordan Rausch at jordan.rausch@us.af.mil or Lance Culver at jimmy.culver@us.af.mil for further information.
    Intent to Award Sole/Single Source - Keysight Calibration and Repair Service Agreement
    Buyer not available
    The Department of Defense, specifically the Air Force Research Laboratory (AFRL), intends to award a sole-source contract to Keysight Technologies, Inc. for calibration and repair services of specialized test equipment at Wright Patterson Air Force Base in Ohio. The procurement requires adherence to Original Equipment Manufacturer (OEM) standards and National Institute of Standards and Technology (NIST) traceability, with the contractor responsible for both on-site and return-to-contractor calibration, as well as comprehensive repair services. This contract is critical for maintaining the operational integrity of the Air Force's testing capabilities, ensuring that all equipment meets stringent performance and safety standards. Interested parties can contact Jason Sav at jason.sav@us.af.mil for further information, noting that no small business opportunities are available and the contract is expected to proceed without competitive bidding.
    Laser Vector Preventative Maintenance and Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, parts, labor, and travel to ensure the operational readiness of three Laser Vision Vector Measuring Machines and six VB-series Tube Benders, with a focus on safety and compliance with federal and Air Force regulations. This contract is critical for maintaining production capabilities, as the equipment is essential for certifying tubes in the shop, and the services are to be solicited on a sole-source basis from the original equipment manufacturer, NUMALLIANCE-NORTH AMERICA, INC. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further inquiries, with the contract period estimated from November 25, 2024, to November 24, 2030.
    Notice of Intent to Sole Source, Pulserad Flash-Xray System Repair and Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the repair and upgrade of the Pulserad Flash-Xray System. This procurement aims to engage a qualified contractor to perform essential maintenance and enhancements on this specialized electronic and precision equipment, which plays a critical role in military operations and research. The work will take place in Vicksburg, Mississippi, and is categorized under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance. Interested parties can reach out to Jennifer Hoben at Jennifer.Hoben@usace.army.mil or David Ammermann at david.g.ammermann@usace.army.mil for further details regarding this opportunity.
    Sole Source Vacuum Furnace Repair
    Buyer not available
    The Department of Defense, specifically the Army's Corpus Christi Army Depot, is seeking contractors for a sole source contract to repair vacuum furnaces. The procurement aims to provide nonpersonal services to upgrade the Human Machine Interface (HMI) for these furnaces, ensuring compliance with Department of Defense standards and various Federal Acquisition Regulation (FAR) clauses. This contract is crucial for maintaining the operational efficiency and reliability of military equipment, reflecting the government's commitment to quality and accountability in procurement. Interested contractors should contact Carlos Bernal at carlos.s.bernal.civ@army.mil, with proposals due by March 5, 2025, at 12:00 AM under solicitation number W912NW25Q0030.
    Ion Vapor Deposition Machine Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the maintenance of two Ion Vapor Deposition (IVD) machines located at Robins Air Force Base in Georgia. The procurement requires comprehensive maintenance services, including semi-annual preventive maintenance, technical support, and training for personnel, ensuring the operational readiness of critical aerospace-related equipment. This opportunity is vital for maintaining the functionality and reliability of IVD machines, which play a significant role in aerospace manufacturing processes. Interested contractors must submit their qualifications by March 6, 2025, and can direct inquiries to Traci Chance at traci.chance@us.af.mil or Lesley Sparks at lesley.sparks@us.af.mil for further clarification.
    SYNOPSIS - SOLE SOURCE – Government Furnished Equipment (GFE) MAINTENANCE, REPAIR, AND UPGRADE OF THE SIMPLIFIED DRIVER (SDR) AND CONTINUOUS WAVE ILLUMINATOR (CWI) MICROWAVE TUBES (MWTs)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking a sole source contractor for the maintenance, repair, and upgrade of Government Furnished Equipment (GFE) related to the Simplified Driver (SDR) and Continuous Wave Illuminator (CWI) Microwave Tubes (MWTs). The procurement aims to ensure the operational readiness and reliability of critical microwave tube equipment used in various defense applications. This opportunity falls under the Engineering Services industry (NAICS 541330) and is categorized for equipment and materials testing related to ship and marine equipment (PSC H220). Interested parties can reach out to Kori Koss at kori.l.koss.civ@us.navy.mil or by phone at 812-805-0753 for further details regarding this presolicitation notice.
    NOTICE OF INTENT TO SOLE SOURCE: Preventive Maintenance Services for one (1) Bruker GeoMx Digital Spatial Profiler System
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), intends to award a sole source contract for preventive maintenance services for one Bruker GeoMx Digital Spatial Profiler System at its Tumor Immune-Micro-Environment laboratory in Bethesda, Maryland. The procurement includes on-site maintenance, emergency repair services, and software updates, all to be performed by factory-trained personnel to ensure the system operates optimally for research on tumor microenvironments and immune-based therapies. This contract is crucial for maintaining advanced research equipment that supports innovative cancer treatment strategies, with a performance period of one base year and four optional extensions, and payments made quarterly in arrears. Interested parties can contact Miguel Diaz at miguel.diaz@nih.gov or by phone at 240-276-5439 for further details.
    Ideal Aerosmith Rate Table Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the Ideal Aerosmith Rate Table Calibration project at Robins Air Force Base in Georgia. The procurement involves providing Tear-Down and Evaluation (T&E) services to ensure the Ideal Aerosmith Rate Table Controller is fully operational following necessary repairs and calibrations, with a focus on compliance with safety and environmental standards. This contract is critical for maintaining the operational integrity of military equipment, ensuring adherence to rigorous quality and regulatory standards throughout the calibration process. Interested vendors must submit their proposals by March 11, 2023, and can direct inquiries to Carmen Davis at carmen.davis.2@us.af.mil or Joshua Sharpe at joshua.sharpe.6@us.af.mil.
    HEXAGON ABSOLUTE ARM V3P, 8725, 7-AXIS
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Hexagon Absolute Arm V3P, 8725, 7-Axis, intended for use at Robins Air Force Base in Georgia. The contract encompasses the provision of equipment, installation services, and comprehensive training for personnel, ensuring compliance with safety and operational protocols as well as environmental management standards. This advanced measuring instrument is crucial for enhancing operational capabilities within the 402d First Article Test Metrology Lab, supporting precision in industrial process measurements. Interested contractors should reach out to Hayley Dowling at hayley.dowling@us.af.mil or Phillip Richardson at phillip.richardson.2@us.af.mil for further details, with proposals due by the specified deadline outlined in the solicitation documents.