Keithley Systems Service
ID: HQ072725QZL02Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE MICROELECTRONICS ACTIVITY (DMEA)DEFENSE MICROELECTRONICS ACTIVITYMCCLELLAN, CA, 956522100, 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, through the Defense Microelectronics Activity (DMEA), is soliciting proposals for the Keithley Systems Service, specifically targeting maintenance and support for Keithley test systems, including the S530 and 4200A models. The procurement aims to ensure accurate calibration, repair, and technical support for DMEA-owned equipment, which is critical for testing wafers produced for defense microelectronics applications. This firm-fixed-price contract will be awarded based on best value, with a submission deadline for quotes set for 2:00 p.m. PST on March 19, 2025. Interested contractors should direct inquiries to Zonel Laborde at zonel.laborde.civ@mail.mil, noting that the contract is contingent on funding availability and emphasizes compliance with federal acquisition regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the Keithley Systems Service 2025, aimed at acquiring maintenance, repair, calibration services, and technical support for DMEA-owned Keithley test systems. Specifically, it covers two models: Keithley S530 and Keithley 4200A. The purpose of these services is to ensure accurate testing of wafers produced by DMEA and its external clients. The contractor will provide on-site calibration for multiple serial-numbered equipment and furnish calibration stickers and certificates upon completion, adhering to specific DMEA standards. Additionally, they must conduct preventative maintenance and repairs as needed, with all part costs included. Security protocols require contractors to notify DMEA in advance before any work, ensuring all personnel entering DMEA facilities are U.S. citizens. The document serves as a formal solicitation within government frameworks for procurement, emphasizing the systematic requirements and procedural integrity necessary for the maintenance and support of specialized testing equipment critical to defense microelectronics activities.
    The document outlines a solicitation by the Defense Microelectronics Activity (DMEA) for Keithley Systems Service, identified as Solicitation No. HQ072725QZL02. It proposes a firm-fixed-price contract with multiple option years, contingent on funding availability. Offerors are invited to submit quotes by 2:00 p.m. PST on March 19, 2025, using contractor-generated forms. The evaluation criteria focus on the product's quality and price, with contracts awarded based on best value to the government. Various federal acquisition clauses are cited, including those related to representations, certifications, and compliance regulations. The solicitation encourages bidders to propose alternative contract line item structures for efficiency. Additional attachments include performance work statements and a sole-source justification. A complete review of specified clauses and provisions is essential for compliance in the response process. This solicitation reflects standard practices in government contracting, emphasizing transparency and competitive bidding within federal procurement processes.
    The document outlines a Sole Source Justification for a new Firm Fixed Price contract by the Defense Microelectronics Activity (DMEA) to procure maintenance and support services for Keithley test systems, specifically the S530 and 4200A models. The contractor, Tektronix Inc., is cited as the sole source for this work due to its ownership of proprietary tool information essential for maintenance, calibration, training, and support for these systems. The justification is based on the Federal Acquisition Regulation (FAR) for soliciting from a single source, establishing that no competition is feasible. An Independent Government Estimate determines that the anticipated costs are fair and reasonable. Previous contracts and market research validate Tektronix's unique position as the Original Equipment Manufacturer (OEM) for necessary parts and services. There will be no efforts to increase competition due to the proprietary nature of the requirement, with no alternative sources identified. The contracting officer certifies the accuracy of the justification. This document underscores the government's procurement process for specialized services under federal regulations, emphasizing the importance of proprietary information in such contracts.
    Lifecycle
    Title
    Type
    Keithley Systems Service
    Currently viewing
    Combined Synopsis/Solicitation
    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.
    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 qualified vendors to provide multi-year Calibration and Repair Services (C&RS) for the U.S. Army Test Maintenance Diagnostic Equipment (TMDE) Activity. The contract will involve the calibration and repair of over 842,000 test instruments, ensuring compliance with national and international measurement standards, and requires contractors to hold a valid ISO 17025 certification. This initiative is critical for maintaining the operational readiness of military equipment, and interested parties must submit a white paper detailing their capabilities by March 26, 2025, to the primary contact, Ben Hymas, at benjamin.c.hymas.civ@army.mil, or the secondary contact, Lisa Armes, at lisa.s.armes.civ@army.mil. Participation in the Request for Information (RFI) is voluntary, and all submissions will become government property.
    Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE), (DIG), and (REW) Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide onsite repair services for Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE) at various Air Force bases. The contract aims to ensure the operational readiness of ten B-1B Radio Frequency (RF) DAAE units and seven B-1B Digital DAAE units, requiring contractors to perform testing, evaluation, and repair services to achieve Fully Mission Capable (FMC) status. This procurement is critical for maintaining the functionality of essential testing equipment used in the B-1B Bomber program, with the contract structured as a Firm-Fixed Price and Cost Reimbursement Indefinite Delivery Contract over a base period of 12 months, followed by four optional years. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Andrea Livingston or Audra Brown via the provided email addresses.
    Attenuator Set
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified vendors to provide accredited calibration and repair services for specific test units, including an AC Current Shunt Set and Thermal Voltage Converters. The objective is to ensure that the calibration levels exceed those of original equipment manufacturers (OEM), thereby enhancing the accuracy of military measurement and diagnostic equipment. This initiative is crucial for maintaining the operational readiness and precision of military equipment, reflecting the Army's commitment to high standards in calibration services. Interested parties are invited to submit a white paper by March 26, 2025, detailing their capabilities, company information, and socio-economic status, with submissions limited to three pages and sent via email to the primary contact, Taylor Siskoff, at taylor.c.siskoff.civ@army.mil.
    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.
    Repair of the SEM/EDX JetSCAN Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Scanning Electron Microscopes (SEM/EDX), focusing on the inoperable JetSCAN equipment. The procurement aims to establish a firm fixed price contract that includes identifying, troubleshooting, and repairing the JetSCAN machines, along with providing a three-day user training course and monthly status reports for data trend analysis. These services are crucial for maintaining the operational readiness of high-value scientific equipment used by the U.S. Air Force. Proposals are due by January 16, 2025, and interested contractors can reach out to Jordan Rausch at jordan.rausch@us.af.mil or Lance Culver at jimmy.culver@us.af.mil for further information.
    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 vendors to provide multi-year calibration and repair services for Fluke electronic equipment used by the U.S. Army Test, Measurement, and Diagnostic Equipment Activity (USATA). The contract will support the calibration of over 842,000 instruments across 47 locations, ensuring that measurements are traceable to recognized standards and comply with stringent requirements, including ISO 17025 certifications and proper documentation of all actions. This opportunity is critical for maintaining the functionality and accuracy of military equipment, emphasizing adherence to safety and traceability standards throughout the calibration and repair process. Interested vendors are encouraged to submit white papers detailing their capabilities by March 21, 2025, to the designated contacts, Taylor Siskoff and Portia Sampson, via email.
    66--TEST SET,ELECTRONIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 400 units of an electronic test set, identified by NSN 6625013239584. This solicitation is part of a combined synopsis/solicitation and is critical for ensuring the operational readiness of military equipment by providing essential testing capabilities. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 143 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    Amendment 2 – 30 SC Fiber Test Set 20250311
    Buyer not available
    The Department of Defense, specifically the 30th Space Communications Squadron, is seeking proposals from qualified small businesses for the procurement of four Multifunction Fiber Optic Test Sets under solicitation number FA4610-25-Q-0014. These test sets are essential for enhancing the communications infrastructure at Vandenberg Space Force Base, requiring specific capabilities such as bi-directional link-loss measurement, automated testing, and compliance with industry standards. Interested vendors must ensure that only new devices are submitted, as refurbished items will not be accepted, and they must adhere to federal regulations, including registration with the System for Award Management (SAM). The deadline for submission of quotes is March 21, 2025, at 1:00 PM PDT, with questions accepted until March 4, 2025. For further inquiries, interested parties may contact Chris Hummel at christopher.hummel.6@us.af.mil or Jeffrey Weeks at jeffrey.weeks.5@spaceforce.mil.
    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.