Removal and Disposal of Pm-147 Source Module from Honeywell DaVinci Scanner
ID: 1333ND24QNB640669Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYDEPT OF COMMERCE NISTGAITHERSBURG, MD, 20899, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole-source contract with Honeywell International Inc. for the removal and disposal of a PM-147 source module from a Honeywell DaVinci Scanner. This procurement is necessary due to the specialized and proprietary nature of the DaVinci Scanner, for which Honeywell is the exclusive provider of repair and maintenance services, as they do not authorize third-party vendors for such tasks. Interested parties may express their interest and capability to fulfill this requirement by submitting documentation via email to Harry L. Brubaker by 4:00 PM EST on September 13, 2024; however, no solicitation package will be issued, and this notice does not constitute a request for competitive quotations.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Repair of a Spectro Analytical Instruments Inc. ARCOS ICP-OES instrument
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), intends to negotiate a sole source contract for the repair of a Spectro Analytical Instruments Inc. ARCOS ICP-OES instrument. This procurement is essential for the Chemical Sciences Division, which relies on the instrument for research and development as well as the certification of reference materials, thereby supporting national needs in chemical measurement and analysis. Spectro Analytical Instruments Inc. is the only authorized vendor for servicing this equipment, as they do not have any authorized repair partners within the continental United States. Interested parties may contact Erik Frycklund at erik.frycklund@nist.gov or Donald Graham at Donald.Graham@nist.gov for further inquiries, with responses due by September 19, 2024.
    Intent to Sole Source - Honeywell Enhanced Held Held Download Unit
    Active
    National Transportation Safety Board
    The National Transportation Safety Board (NTSB) intends to issue a sole source solicitation for the procurement of a Honeywell Enhanced Held Held Download Unit (eHHDLU) handheld kit, specifically from Honeywell Aerospace Technologies. This equipment is essential for downloading data from both undamaged and damaged Honeywell recorders involved in aircraft accident investigations, ensuring compatibility within the NTSB's Recorders Laboratory. Interested parties that believe they can meet the requirements are invited to submit written notifications to the Contracting Officer, Lisa Jackson, at lisa.jackson@ntsb.gov, within 5 calendar days of this notice, as no solicitation document will be available and telephone requests will not be accepted.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    Special Notice - Intent to Award Sole Source
    Active
    National Archives And Records Administration
    The National Archives and Records Administration (NARA) intends to award a sole source fixed-price contract to Diebold Nixdorf, Inc. for essential preventative maintenance and support services for the Charters Vaults and Integrated Automated Retraction Systems. This procurement aims to ensure the continuous operation and display of the Charters of Freedom, which are critical to NARA's mission, by providing quarterly maintenance, emergency services, and optional upgrades. The contract, structured for a base year with four option years, is justified under FAR Part 13 Simplified Acquisition Procedures due to the unique and proprietary nature of the systems involved. Interested parties must submit proposals by 12:00 p.m. on September 20, 2024, with the anticipated award date set for September 27, 2024. For further inquiries, contact Cynthia Jones at Cynthia.Jones@nara.gov or Sheila Drumheller at Sheila.Drumheller@nara.gov.
    66--Notice of Intent to Sole Source (1) Oxford Instruments P10 – 1” 12Mhz Overburde
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to award a sole source contract for the procurement of an Oxford Instruments P10 – 1” 12Mhz Overburden Pressure Cell. This specialized equipment is essential for integration with NETL’s existing Oxford GeoSpec 12/53 NMR Rock Core Analyzer, enabling the evaluation of petrophysical features and multi-phase fluid flow in geological samples under controlled pressures and temperatures. The proprietary nature of the GeoSpec NMR P10 Overburden Cell means that Oxford Instruments America, Inc. is the only known source capable of fulfilling this requirement. Interested parties who believe they can meet the specifications must submit their evidence of capability to Rebekah Parks at rebekah.parks@netl.doe.gov by 1:00 PM ET on September 20, 2024.
    Notice of Intent to Sole Source to Keysight Technologies, LLC
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) intends to award a sole-source contract to Keysight Technologies, LLC for the delivery, installation, and commissioning of two Direct Current (DC) Bi-Directional Power Supplies, along with associated hardware and software. This procurement is justified under FAR 6.302-1, indicating that only one responsible source is available to meet NASA's specific technical requirements. The contract will encompass not only the power supplies but also various related systems, including a Data Acquisition System and Scienlab Measurement and Control Modules, highlighting the critical role these components play in NASA's operations. Interested parties may submit a statement of capabilities by September 20, 2024, to the primary contact, Seliste Acres, at seliste.c.acres@nasa.gov, although this announcement is not a solicitation for competitive quotes.
    J065--Intent to Sole Source - Equipment Maintenance for Bruker 1272 microCT system
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the RPO East, intends to award a sole-source Firm-Fixed-Price Contract to Micro Photonics, Inc. for maintenance services on the Bruker 1272 microCT system, encompassing a base year and four one-year option periods. The procurement aims to secure comprehensive onsite preventative maintenance and service, including scheduled maintenance, labor, parts, travel costs, and annual calibrations to ensure optimal functionality of the medical imaging equipment. This contract underscores the importance of maintaining advanced medical imaging systems to ensure reliability and operational efficiency in healthcare settings. Interested parties must submit capability information by 10:00 AM EST on September 19, 2024, to demonstrate their ability to meet the requirements outlined in the attached Statement of Work, with all communications directed to Contracting Officer Renee Kale at renee.kale@va.gov.
    70B04C24C03 – Smiths Detection Inc – Notice of Intent
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of - Smiths Detection Inc - Notice of Intent The Department of Homeland Security (DHS), United States (U.S.) Customs and Border Protection (CBP) intends to award a firm fixed price (FFP) sole source single contract to Smiths Detection Inc. This contract will support the sustainment of Radiation Detection Equipment (RDE) and Large Scale (LS) Non-Intrusive Inspection (NII) Equipment. The equipment provided by Smiths Detection Inc detects illicit material and radiological threats attempting to enter or exit the borders. It is crucial for ensuring the safe and secure movement of people, cargo, mail, and transportation with minimal or no delays in service. Smiths Detection Inc is the Original Equipment Manufacturer (OEM) and the only provider of these supplies, parts, and services. No other service or equipment will meet the Government's needs. The contract will be awarded no later than August 30, 2024. For any questions, please contact the following team members via a group email: Contract Specialists: Debbie Dean - debbie.d.dean@cbp.dhs.gov John Marschall - john.d.marschall@cbp.dhs.gov Dawn Ford - dawn.m.ford@cbp.dhs.gov Lorena Vargas - lorena.d.vargas@othergovagency.cbp.dhs.gov Contracting Officer: Monica Y. Watts - monica.y.watts@cbp.dhs.gov The place of performance for this contract is Ashburn, Virginia, United States. Smiths Detection Inc, located in Edgewood, Maryland, is a provider of technically complex and high-value inspection and detection equipment systems used by CBP to secure land border crossings, airports, seaports, rail crossings, mail handling, and express cargo consignment facilities within the United States and participating countries.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Carlsbad Field Office (CBFO), intends to award a sole source contract to DevonWay Inc. for the provision of oversight management systems that support operations at the Waste Isolation Pilot Plant (WIPP). This procurement is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements, specifically for an integrated oversight management database that enhances communication between DOE field and headquarters. Interested parties who believe they can meet these requirements are encouraged to submit a capability statement by September 23, 2024, although this announcement does not constitute an invitation for proposals. For further inquiries, interested vendors may contact Michael Johnson or Vanessa Lechon via email.
    A--Notice of Intent to Sole Source for CO2 Capture related services, training and
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to negotiate and award a sole source purchase order to SINTEF Industry for specialized CO2 capture-related services and training. The procurement includes training on monitoring emissions, conducting manual isokinetic emissions measurements, analytical services for testing compounds from CO2 capture absorber columns, and the acquisition of a Solvent Degradation Rig. This initiative is crucial for advancing carbon capture technology and ensuring effective monitoring of emissions, with SINTEF Industry identified as the only capable provider based on market research. Interested parties that believe they can meet these requirements must submit their capabilities in writing to Brittany Rohrer at brittany.rohrer@netl.doe.gov by 4:00 PM EST on September 19, 2024.