Automatic Physisorption Analyzer
ID: N0017425Q1045Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of an Automatic Physisorption Analyzer, with the intention of awarding a firm fixed price purchase order. This solicitation is specifically set aside for small businesses, including Women-Owned Small Businesses (WOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to inclusivity in federal contracting. The successful vendor will be selected based on a lowest price technically acceptable (LPTA) evaluation, with quotes due by Friday, June 20, 2025, at 8:00 AM EST. Interested parties should direct inquiries to Francine Keys at francine.keys@navy.mil and submit their quotes to the same email address by the deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for contracts or orders specifically for Women-Owned Small Businesses (WOSB) in the federal government. It serves as a standardized form to collect key information regarding the solicitation process, including requisition and contract numbers, offer due dates, and points of contact for inquiries. The form also allows prospective contractors to provide detailed information about their offerings, such as item numbers, descriptions, quantities, unit prices, and total amounts. Crucially, the solicitation emphasizes that this acquisition may be set aside for specific categories of small businesses, including Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The document establishes the legal framework and conditions under various Federal Acquisition Regulation (FAR) clauses that govern the solicitation process. The purpose of this document is to facilitate the government’s procurement process in a structured manner while promoting federal opportunities for WOSB and similar entities. Overall, it underscores the government's commitment to inclusivity within federal contracting, ensuring diverse business participation in procurement activities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Rapid Screening Device
    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 a Rapid Screening Device (RSD) to Thermal Hazard Technology Inc. This procurement aims to secure a unique instrument that assesses explosives by simultaneously measuring pressure and energy release while collecting product gases, addressing issues related to sample homogeneity. The contract will be a firm fixed price, and interested parties must submit their capabilities by May 17, 2025, at 3 PM EST to Sharon Cooper at sharon.cooper@navy.mil. Vendors must also be registered in the System for Award Management (SAM) to be eligible for consideration.
    10--HOUSING ASSY,SENSOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Housing Assembly, Sensor (NSN 1025016061024). The requirement includes two lines: 66 units to be delivered within 197 days and 1 unit to be delivered within 90 days to DLA Distribution. These components are critical for military applications, specifically within the small arms and ordnance manufacturing sector. Interested vendors, particularly Women-Owned Small Businesses (WOSB), must submit their quotes electronically by the specified deadlines, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    (W16) Brand Name Mandatory for Procure EDS system
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking quotes for the procurement of a Brand Name U.S. Navy ZUMRO Erectable Decontamination System (EDS) and associated components. This procurement aims to acquire a system that includes a ship interface, water distribution system, and wheeled storage, which are critical for decontamination operations. The contract will be awarded based on a lowest price technically acceptable (LPTA) evaluation, with a total budget not to exceed $350,000. Interested vendors must submit their quotes by January 5, 2026, to the designated contacts, Latrice Whitfield and Marlene Ridgell, via the provided email addresses.
    10--OGIVE PLUNGER ASSEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 526 units of the Ogive Plunger Assembly, identified by NSN 1010011336977. This solicitation is part of a combined synopsis/solicitation and is specifically set aside for Women-Owned Small Businesses (WOSB), emphasizing the importance of supporting diverse suppliers in the defense sector. The Ogive Plunger Assembly is a critical component used in small arms and ordnance manufacturing, underscoring its significance in maintaining military readiness. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the primary contact at DibbsBSM@dla.mil. The deadline for quote submission is 38 days after the award date.
    Video Probe Wand
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Maritime - Portsmouth, is seeking quotations for a Video Probe Wand, specifically the brand name from Waygate Technologies, under a 100% Small Business Set-Aside. This procurement aims to acquire a critical analytical laboratory instrument that is essential for compatibility with existing equipment at the Portsmouth Naval Shipyard. Interested vendors must submit their quotes by December 16, 2025, at 3:00 PM EST, with a required delivery date of May 1, 2026. For further inquiries, potential offerors can contact Stephen Smith at Stephen.1.Smith@dla.mil.
    66--TEST SET,TRANSPONDE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of eight units of a Test Set, Transponder, identified by NSN 6625014824577. This solicitation is aimed at acquiring essential instruments and laboratory equipment, specifically designed for fluid metering and counting applications, which are critical for various defense operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and all quotes must be submitted within the specified timeframe to be considered.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for laboratory equipment and supplies under PSC Code 6640 and NAICS Code 334516. The procurement aims to secure standard commercial supplies and services at competitive prices, with BPA calls not exceeding the Simplified Acquisition Threshold, allowing for competition at the call level. These supplies are critical for various defense-related laboratory operations, ensuring the availability of necessary equipment for research and development activities. Interested small businesses must submit their documentation, including past performance references, to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on customer satisfaction and technical success. For further inquiries, contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    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).
    43--SEAL ASSEMBLY,SHAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 14 units of the Seal Assembly, Shaft (NSN 4320012915669). This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and falls under the NAICS code 333996, which pertains to Fluid Power Pump and Motor Manufacturing. The goods are critical components used in various military applications, ensuring the reliability and efficiency of fluid power systems. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the primary contact at DibbsBSM@dla.mil. The deadline for quotes is set for 93 days after the award date.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.