Notice of Intent to Sole Source Award to Berkely Nucleonics Corporation (BNC)
ID: N66001-25-Q-6008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNIWC PACIFICSAN DIEGO, CA, 92152-5001, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

COMM/DETECT/COHERENT RADIATION (58)
Timeline
    Description

    The Department of Defense, specifically the Naval Information Warfare Center (NIWC) Pacific, intends to award a sole source contract to Berkeley Nucleonics Corporation for the procurement of scintillation detectors. The requirement includes specific models, namely the Scionix R51*102AR152/2M-Cn4 and Scionix 76BRS76/3M-CN-X4, which are critical for analytical laboratory applications. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures, and while the intent is to negotiate solely with Berkeley Nucleonics, other responsible sources may submit quotations for consideration. Interested parties must direct their capability statements and inquiries to Contract Specialist Dane J Black via email by October 21, 2024, at 12 PM Pacific Time, and must be registered in the System for Award Management (SAM) to be eligible for consideration.

    Point(s) of Contact
    Dane J BlackContract Specialist
    (619) 992-2150
    dane.j.black.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    RAID-M100 PGDN Detectors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole source contract for the procurement of RAID-M100 Propylene Glycol Di-Nitrate (PGDN) and Hydrogen Cyanide (HCN) detectors from Bruker Detection Corporation. This procurement is critical for providing the fleet with essential hazard-detecting instruments and associated consumable materials, ensuring operational safety and effectiveness. The contract will be awarded on a firm fixed price basis, with negotiations conducted under noncompetitive procedures due to the vendor being the only known source capable of fulfilling the requirements. Interested parties must submit their capabilities by October 31, 2024, at 9 AM (EST) to Katy Gates at katy.m.gates.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    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.
    66--instruments and laboratory equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a LIQUID SCINTILLATION COUNTER (LSC) for Puget Sound Naval Shipyard, IMF and SWFPAC in Bremerton, WA. The LSC will be used for laboratory purposes in accordance with government specifications. The procurement is set aside for small businesses and requires FOB Destination pricing. Interested parties can submit quotes electronically through the NECO website. The solicitation is scheduled to be posted on 08/29/18 with a due response date of 08/07/18. For more information, contact Julio Hernandez at 360-476-4832 or julio.a.hernandez@navy.mil.
    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.
    RF Detectors
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, Weapons Division, is seeking proposals for the procurement of Schottky RF Detectors, with a total quantity of 100 units. This solicitation, identified as N6893625Q0003, is intended for small businesses and emphasizes compliance with Federal Acquisition Regulation (FAR) guidelines, including specific requirements for vendor information and adherence to various federal laws. The RF detectors are crucial for radar equipment applications, and proposals are due by 09:00 AM on October 21, 2024, with delivery expected by February 15, 2025. Interested vendors should contact Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil for further details and ensure their registration in the System for Award Management (SAM) is active.
    66--DETECTOR UNIT,CHEMI
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two units of the Detector Unit, Chemi (NSN 6665017032044). This solicitation is a Total Small Business Set-Aside and aims to acquire essential detection instruments that play a critical role in various defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be available, and the deadline for submissions is 168 days after the award date. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Effusion Cell for MBE 21T
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source purchase order to RIBER, INC for an Effusion Cell for MBE 21T. This procurement is for a semiconductor device and associated hardware used by the Naval Research Laboratory (NRL). The Effusion Cell is a critical component for Molecular Beam Epitaxy (MBE) systems, which are used in the fabrication of semiconductor materials and devices. The Effusion Cell is responsible for the controlled evaporation of source materials during the MBE process. The procurement 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. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The primary contact for this procurement is James Chappell, email: james.chappell@nrl.navy.mil. Please reference the Notice of Intent number, N00173-24-Q-1301103552, in any correspondence.
    DETECTORS/TUBES
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources for the procurement of various hazard-detecting instruments and apparatus under a Sources Sought notice. This acquisition is intended for supplies that the Government does not possess complete unrestricted technical data for, and it aims to establish an Indefinite Quantity Long-Term Contract (IQC/LTC) with a three-year base period and two one-year options. The items are critical for defense operations, and the only approved source identified is Draeger, Inc. Interested suppliers are encouraged to complete a market research questionnaire and provide insights on pricing, delivery estimates, and manufacturing capabilities by contacting Brandy Warner at brandy.warner@dla.mil or 614-692-5024. The applicable NAICS code is 334511, with a small business size standard of 1,350 employees.
    Analytical Laboratory Instrument Manufacturing
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force's Arnold Engineering Development Complex (AEDC), intends to procure an Energy Dispersive XRF Spectrometer from Applied Rigaku Technologies Inc. to enhance its analytical capabilities. The spectrometer must meet specific technical requirements, including the ability to detect elements from Sodium to Uranium, a 50 kV X-ray tube, and a Silicon Drift Detector, while ensuring that no refurbished components are included. This procurement is critical for maintaining high-quality analytical standards in government operations, and the estimated value falls below the Simplified Acquisition Threshold, allowing for a non-competitive procurement process. Interested parties may submit responses electronically by 1:00 PM CDT on October 21, 2024, and should direct inquiries to Noah Bean at noah.bean.1@us.af.mil or Brooke Vandeman at brooke.vandeman@us.af.mil.
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC.
    Active
    Dept Of Defense
    NOTICE OF INTENT TO SOLE SOURCE TO L3 TECHNOLOGIES, INC. The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to L3 Technologies, Inc. The contract is for maintenance services and materials for Autonomous Underwater Vehicles (AUVs). The Naval Oceanography Special Warfare Center (NOSWC) located in Coronado, CA requires maintenance and repair services for their Iver3 systems, which are a family of AUVs. The contractor will provide trained personnel to perform the maintenance service and repairs for NOSWC's Iver3-733 vehicle. The services include labor and testing for a Level 2 Complexity Repair, replacement of the Iver3 Battery section tube, and three joiner rings. Additionally, the contractor is responsible for shipping and handling. The contractor must notify the requiring activity point of contact upon completion of maintenance service and repairs and provide a detailed report within three business days. The anticipated award date for this contract is on or before November 6, 2023. Interested sources must submit a capability statement by October 26, 2023, demonstrating their ability to provide the required services.