Intent to Sole Source -Photometter Calibration
ID: N4523A25RC07581Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, specifically the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), intends to award a sole-source contract for photometer calibration services to Air Techniques International, a division of Hamilton Associates, Inc. This non-personal services contract aims to provide NIST traceable calibration for specific photometers owned by the facility, ensuring compliance with NAVSEA metrology standards and operational efficiency in critical areas of government work. The contract period is set from September 1, 2025, to August 31, 2030, with a total estimated value under the Simplified Acquisition Threshold. Interested parties may express their interest and capabilities by emailing Nathan Grimm or Jacqueline Edgerton by September 5, 2025, at 9:00 AM Pacific Time.

    Point(s) of Contact
    Files
    Title
    Posted
    This memorandum outlines the justification for seeking an acquisition under the Simplified Acquisition Threshold through a sole-source procurement approach. The document states that, per FAR regulations, only one vendor can be solicited for the calibration service of specific Photometers owned by Shop 99, as ATI is the only approved original equipment manufacturer capable of providing this service due to proprietary rights and licensing agreements. The required services include NIST traceable calibration and the provision of a parts kit, critical for nuclear work and the operation of ventilation systems. The request specifies a one-year performance period from September 2025 to September 2026 and indicates that prior procurement methods via government purchase cards are no longer adequate due to increased demand. The sole-source determination is supported by exclusive licensing conditions and stringent quality requirements mandated by NAVSEA metrology regulations, necessitating that only the OEM performs these calibrations. Overall, the memorandum emphasizes the necessity to secure ATI’s services to ensure compliance and operational efficiency in this critical area of government work.
    The Performance Work Statement (PWS) outlines a request from Shop 99 for photometer calibration and service in accordance with NAVSEA and Metcal standards. It is a non-personal services contract aimed at ensuring reliability and accuracy for S/99 owned photometers. Key services required include NIST traceable calibration for the model 2in photometer, complete with pre- and post-calibration data, and a parts kit for servicing, designated as P/N: 20-01561-001. Shop 52’s calibration lab lacks the capability for these calibrations, resulting in existing dependence on the original equipment manufacturer. The contract period is established for one year (September 1, 2025, to September 1, 2026), with provisions for a five-year Indefinite Delivery Indefinite Quantity (IDIQ). Important considerations include the contractor's responsibility for quality assurance, and the government's rights over all produced materials, ensuring they remain government-owned. Additionally, the document addresses potential conflicts of interest and mandates that the contractor notify the contracting officer if such situations arise. Overall, this PWS emphasizes a structured approach to securing essential photometer services while maintaining strict compliance with government regulations and standards.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Total Assurance Plan
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking to procure maintenance and service for Waters Technology Corporation instrumentation at the Naval Fuels & Lubricants Chemistry Laboratory located in Patuxent River, Maryland. This procurement, identified as solicitation N0042126Q1028, is valued at approximately $94,758.08 and is intended to be awarded on a sole source basis to Waters Corporation, emphasizing the importance of their specialized equipment in supporting the laboratory's operations. Interested vendors must submit their capabilities and quotes by December 10, 2025, at 12:00 PM EST, with all submissions directed to JaNae Lester at janae.a.lester.civ@us.navy.mil.
    NFPC Lab testing IDIQ 3 years
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    TRANSMITTER,SHAFT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a Transmitter, Shaft, under a federal contract opportunity. The procurement aims to secure a firm-fixed price for the repair services, with a required Repair Turnaround Time (RTAT) of 125 days after receipt of the asset, emphasizing the importance of timely and efficient service for operational readiness. This item is critical for navigational instruments, and the contractor must adhere to specific quality assurance and inspection requirements as outlined in the solicitation. Interested vendors should submit their quotes electronically to Amber L. Wale at AMBER.L.WALE.CIV@US.NAVY.MIL by the extended proposal due date of December 12, 2025, ensuring compliance with all outlined specifications and requirements.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Sole Source Posting
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center Norfolk, intends to award a Sole Source Firm Fixed Price Contract to Standard Calibrations Inc. for maintenance and repair services related to ship and marine equipment, as outlined under NAICS code 811310. This procurement is critical for ensuring the operational readiness and reliability of naval equipment, which is vital for national defense operations. Interested parties may challenge this sole source decision by submitting written documentation to the provided email address, with all challenges needing to demonstrate the availability of equivalent services. For further inquiries, contact Charles D. Bell at 757-443-1856 or via email at charles.d.bell2@navy.mil.
    ANNUAL SOFTWARE RENEWAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to renew the N7800A-U1R Test Management Environment (TME) Calibration Software application for the Norfolk Naval Shipyard located in Portsmouth, Virginia. This procurement involves the renewal of a perpetual license for business application software categorized under IT and Telecom, which is crucial for maintaining the operational capabilities of the shipyard's testing environment. Interested vendors can reach out to Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or by phone at 757-406-5526 for further details regarding this opportunity. The contract is classified as a justification notice, indicating it may not be open to full and open competition.
    Dual Polarity Linear MALDI-TOF Mass Spectrometer Imagining
    Buyer not available
    The Department of Defense, through the Naval Supply Center (NAVSUP) Fleet Logistics Center Norfolk, is seeking qualified sources to provide a Dual Polarity Linear MALDI-TOF Mass Spectrometer with imaging capabilities for the United States Naval Academy's Chemistry Department. This procurement aims to replace an outdated spectrometer, enhancing educational and research capabilities in chemistry, biochemistry, and pre-medical programs by providing accurate molecular weight detection and structure determination. The required specifications include a resolution of at least 5000 FWHM, a mass range of 50 to 500,000 daltons, and compatibility with Windows 11 software, along with necessary accessories and a one-year warranty, with a budget of approximately $260,000. Interested parties must submit capability statements by December 12, 2025, at 1:00 PM EST, to Porch Locke at porchia.y.locke.civ@us.navy.mil, including company information and relevant experience.
    TESTING KIT,PETROLE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Testing Kit for Petroleum. This contract requires the manufacture and supply of specialized instruments for measuring and testing electrical signals, which are critical for various defense applications. The procurement is set as a total small business set-aside, encouraging participation from small businesses, with an offer due date extended to December 11, 2025. Interested vendors can reach out to Dakota Bentzel at 717-605-2828 or via email at dakota.s.bentzel.civ@us.navy.mil for further details.
    Portable Small Article Monitor for Shipboard Use
    Buyer not available
    The Department of Energy, through Fluor Marine Propulsion (FMP), is seeking proposals for the development of a Portable Small Article Monitor (PSAM) intended for shipboard use on nuclear vessels. The PSAM is required to replace manual frisking stations, featuring a modular design that is smaller and lighter than existing models, with specific dimensions and weight limitations to facilitate transport and operation. This device is critical for ensuring safety and compliance during servicing and maintenance at U.S. Navy shipyards, with performance specifications including the ability to detect 450 pCi of Co-60 in under 120 seconds and a user-friendly interface for operators. Proposals must be submitted by February 27, 2026, to ATIP@unnpp.gov, and should include a Quad Chart, narrative, and procurement documents, while adhering to ISO 9001:2008 quality standards. For further inquiries, interested parties may contact Jon Ruffley at Jonathan.Ruffley@unnpp.gov.
    NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, intends to award a sole source contract to Top Notch EDM Services, LLC, located in Conroe, Texas, for nondestructive testing (NDT) visual props that will expand the SSBA NDT Training Program across its multiple detachments. This procurement is critical as it aims to provide matching kits for existing training programs, ensuring consistency and effectiveness in training operations. The contract will be executed under Simplified Acquisition Procedures, utilizing Other Than Full and Open Competition due to the unique requirements and circumstances that justify a sole source award. Interested parties may express their interest and submit relevant product information via email to Hannah Lavoie at hannah.e.lavoie.civ@us.navy.mil, as no formal solicitation will be issued.