Intent to Award Sole/Single Source - Keysight Calibration and Repair Service Agreement
ID: IASS-AFRL-PZLEQ-2025-0007Type: 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)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirement for calibration and repair services of Keysight test equipment for the Air Force Research Laboratory (AFRL) at Wright Patterson Air Force Base. The contractor is responsible for both on-site and return-to-contractor calibration adhering to OEM standards and NIST traceability, with specific responsibilities including scheduling, costs, and documentation submission. Repair services must meet OEM specifications and follow a structured assessment and repair process. The contractor must maintain a Quality Control Plan to ensure safety and compliance with established performance thresholds, along with timely reporting of any damages or injuries. Security requirements include access protocols for contractor employees and adherence to operational security (OPSEC) guidelines during contract performance. Additionally, the PWS outlines government responsibilities, ensuring all equipment and materials for repair are supplied by the contractor, while emphasizing the need for proper disposal of defective components. This document serves to define the performance expectations for the contractor within the framework of U.S. government contracts, emphasizing quality, safety, and compliance with government standards.
    This document outlines the justification for selecting Keysight Technologies, Inc. as the sole source vendor for the calibration and repair of specified equipment. Keysight, as the Original Equipment Manufacturer (OEM), has a history of satisfactory service and is confirmed to be the only company capable of meeting the required services. A detailed market research process included outreach and posting a Sources Sought notice, which yielded minimal responses, none of which could fulfill the calibration needs. Both Tektronix and I-2-I were unable to provide comprehensive services, solidifying Keysight's position as the sole appropriate vendor. The document notes that no small business opportunities are available, and similar services are not offered through GSA or AbilityOne. The Requiring Activity and Contracting Office will continue to monitor the market for potential new vendors. Overall, Keysight Technologies is determined to be the only responsible and capable vendor to address the Government's equipment servicing needs without barriers to competition.
    Similar Opportunities
    Keysight Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking vendors to provide multi-year Calibration and Repair Services (C&RS) for Keysight equipment. This procurement aims to establish a long-term contract for the calibration and repair of various Test Measurement and Diagnostic Equipment (TMDE) over a twelve-month period, ensuring compliance with original equipment manufacturer (OEM) standards and traceability to relevant measurement standards. The services are critical for maintaining the operational reliability and accuracy of military equipment, reflecting the Army's commitment to efficient service procurement in support of defense operations. Interested vendors must submit a white paper response by March 14, 2025, detailing their capabilities and business information to the primary contact, Taylor Siskoff, at taylor.c.siskoff.civ@army.mil, or the secondary contact, Portia Sampson, at portia.r.sampson.civ@army.mil.
    Calibration Kits and Licenses for Textron Radar Simulators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure calibration kits and perpetual site licenses for radar simulators to enhance radar warning receiver calibration and recertification at Wright-Patterson Air Force Base. The procurement includes the Model 527 and Model 627 calibration kits, which must be delivered to Tinker Air Force Base in Oklahoma within 90 days of contract award, along with shipping and installation services. This initiative is crucial for maintaining and upgrading the Air Force's radar calibration capabilities, ensuring operational readiness and compliance with established standards. Interested vendors should contact Steven Reyes at steven.reyes.21@us.af.mil or Matthew Ploeg at matthew.ploeg.1@us.af.mil for further details regarding the solicitation process.
    77512 - F-35 VDATS FLUKE CAL EQUIPMENT
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the acquisition of Fluke calibration equipment necessary for the F-35 VDATS program. This procurement specifically targets small businesses under NAICS code 334515 and includes the delivery of a Fluke Scope Calibrator and a Meter Calibrator within 24 weeks after receipt of order. The equipment is vital for the operations of the 402 Software Engineering Group at Robins Air Force Base, Georgia, enhancing their capabilities in maintaining and calibrating advanced defense technology. Interested vendors must submit their quotes by 12:00 PM on March 4, 2025, to the contracting officer, Patrick Hulett, at patrick.hulett@us.af.mil.
    Intent to Award Sole/Single Source - Hitachi SU-70 Field Emission Scanning Electron Microscope (FESEM) Service Agreement
    Buyer not available
    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.
    Fluke Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified contractors to provide multi-year calibration and repair services for Fluke electronics under a Request for Information (RFI). The objective of this procurement is to ensure the operational integrity of over 842,000 test instruments used by various military entities, with services required to adhere to ISO 17025 standards and include detailed calibration certificates. Interested vendors are invited to submit a three-page white paper by February 7, 2025, with the final deadline for responses set for March 14, 2025. For further inquiries, potential respondents can contact Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil.
    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.
    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.
    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.
    Versatile Depot Automatic Test Station (VDATS) DA 2 and AB-8 Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair of the Versatile Depot Automatic Test Station (VDATS) DA 2 and AB-8. This procurement aims to ensure the operational readiness of critical aircraft components and accessories by maintaining and repairing essential testing equipment. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program, emphasizing the importance of supporting small enterprises in the defense sector. Interested parties should reach out to Kayla Flores at kayla.flores@us.af.mil or call 801-777-3280 for further details regarding this opportunity.
    REPAIR SERVICES JTE PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Services JTE Program, focusing on the teardown, testing, and evaluation of motor controllers. Contractors are required to meet stringent military standards for inspection, testing, and potential repair of the specified equipment, ensuring compliance with quality assurance protocols and timely deliverables. This procurement is critical for maintaining the operational efficiency and reliability of defense equipment, with a bid submission deadline set for March 12, 2025. Interested parties can contact John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details.