NOTICE OF INTENT TO SOLE SOURCE FOR PREVENTATIVE MAINTENANCE SUPPORT AND REPAIRS OF Alpha/Beta Counters
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYACC-APG

NAICS

Testing Laboratories and Services (541380)

PSC

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

    The Department of Defense, specifically the Department of the Army, has issued a Special Notice regarding its intent to sole source preventative maintenance support and repairs for Alpha/Beta Counters at Aberdeen Proving Ground in Maryland. The procurement aims to ensure the operational readiness and reliability of these critical laboratory instruments, which are essential for various testing and analysis functions within military operations. Interested vendors should note that the primary contact for this opportunity is Ike Wright, who can be reached at ike.a.wright2.civ@army.mil for further inquiries. Additional details regarding funding amounts and deadlines have not been specified in the available information.

    Point(s) of Contact
    Files
    No associated files provided.
    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.
    Building and Equipment Life Cycle Management for Preventive and Demand Maintenance Through Aberdeen Proving Ground Facility Management Support (FMS), General Fund Enterprise Business System (GFEBS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a contract focused on Building and Equipment Life Cycle Management through the General Fund Enterprise Business System (GFEBS) and Facility Management Support services at Aberdeen Proving Ground (APG). The primary objective is to identify potential sources capable of fulfilling a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract to support the Department of Public Works (DPW) in managing preventive and demand maintenance across multiple facilities. This initiative is crucial for maintaining operational efficiency and compliance with Army regulations, ensuring effective asset, work order, and inventory management while adhering to strict data integrity and security protocols. Interested parties must submit capability statements by March 13, 2025, and can contact Scott Nunley at scott.e.nunley.civ@army.mil or Donna Poteat at donna.n.poteat.civ@army.mil for further information.
    M41 Protective Assessment Test System (PATS) Repair Parts
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking potential suppliers for the procurement of five hundred twenty (520) replenishment calibration and repair parts for the M41 Protective Assessment Test System (PATS). This Request for Information (RFI) aims to gather market research data to identify capable vendors, emphasizing the importance of efficient supply chain management in support of military operations. Interested vendors are invited to submit a white paper response by March 4, 2025, detailing their capabilities, with submissions limited to three pages and directed to Contract Specialist Taylor Siskoff at taylor.c.siskoff.civ@army.mil. This initiative is not a formal Request for Proposal (RFP) and does not obligate the government to any procurement.
    1. Each. Item EA-300 Keyence Laser-based Elemental Analyzer
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking quotations for the procurement of one Keyence Laser-based Elemental Analyzer, as part of a combined synopsis/solicitation. This advanced analytical instrument is intended for use in the Chemical Sampling and Analysis Branch to enhance elemental analysis capabilities without the need for vacuum or pre-processing, thereby facilitating seamless transitions from observation to analysis. The acquisition aligns with recommendations from Army organizations and aims to improve laboratory analytical capabilities using state-of-the-art technology. Interested small businesses must submit their quotes by February 24, 2025, to Lenard Wright at lenard.b.wright.civ@army.mil, and ensure they are registered in the System for Award Management (SAM) prior to award consideration.
    Notice of Intent to Sole Source EggSorter Zebrafish Platform
    Buyer not available
    The Department of Defense is issuing a Notice of Intent to Sole Source for the procurement of a brand-name EggSorter Zebrafish Platform, essential for automated chemical and biological threat assessments at Aberdeen Proving Ground, Maryland. This acquisition includes the EggSorter platform, a biomarker module, various fluorescence filter blocks, a custom-sized wheel, a one-year software license, a maintenance contract, a LabSwipe tablet, and shipping arrangements, all aimed at enhancing laboratory capabilities in threat assessment. The EggSorter platform's unique capabilities necessitate sole-source procurement due to the lack of alternative sources that can meet the specific requirements, as confirmed by market research. Interested parties can reach out to Agnes Burke at agnes.v.burke.civ@army.mil or Tiffany White at tiffany.d.white23.civ@army.mil for further information.
    Letterkenny Army Depot Hybrid, Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) requirements service contract to perform maintenance, repair and software support for the Testek Hydraulic Pump, Motor and Reservoir Test Station Model 720020
    Buyer not available
    The Department of Defense, through the Letterkenny Army Depot, is soliciting proposals for a hybrid service contract to provide maintenance, repair, and software support for the Testek Hydraulic Pump, Motor, and Reservoir Test Station Model 720020. The contractor will be responsible for delivering technical assistance, repair parts, and training services, ensuring rapid response times for support and compliance with stringent safety and regulatory standards. This contract is crucial for maintaining operational efficiency and safety at the depot, with a performance period from May 1, 2025, to April 30, 2026, and options for two additional years. Interested parties must submit their proposals by March 7, 2025, and can contact David T. Serotkin at david.t.serotkin.civ@army.mil or 717-267-5372 for further information.
    DART-Mass Spectrometer Maintenance, R11
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking a contractor for the maintenance and support of a DART-Mass Spectrometer over a twelve-month period, with an option for four additional years. The contractor will be responsible for providing preventative maintenance, which includes one annual on-site service visit, software updates, and unlimited emergency maintenance visits within 72 hours of notification. This maintenance is crucial for ensuring the operational efficiency of analytical laboratory instruments used in defense applications. Interested parties should contact Natella Calliste at natella.k.calliste.civ@us.navy.mil or Nicole Coleman at nicole.coleman@navy.mil for further details regarding the procurement process.
    Title>ACC APG Installation & Technology Division (Formerly Tenant Division) Competitive/Fair Opportunity Industry Updates FY 2025
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing updates on various competitive acquisition opportunities for fiscal year 2025. The focus of these opportunities includes minor construction, environmental services, software subscriptions, and logistics support for the US Army Garrison at Aberdeen Proving Ground, with significant contracts such as a five-year minor construction recompete valued at approximately $100 million and an environmental compliance contract estimated between $12 million and $15 million. These contracts underscore the government's ongoing need for diverse support services while emphasizing compliance with environmental standards. Interested vendors are encouraged to direct inquiries to Ms. Yadira Colon at Yadira.I.Colon.Civ@Army.Mil, and should note that all information is subject to change, with formal solicitations to follow in the upcoming fiscal quarters.
    ACC-APG, Tobyhanna Division FY25 Fair Opportunity
    Buyer not available
    The Department of Defense, through the Tobyhanna Army Depot, is issuing a special notice for the FY25 Fair Opportunity, inviting proposals for various maintenance and construction services. The procurement encompasses a range of projects, including maintenance for generators, uninterruptible power supplies, and water-based sprinkler systems, with contract types primarily being Firm-Fixed-Price and Hybrid Time-and-Materials. These contracts are crucial for maintaining operational efficiency and infrastructure development at the depot, with estimated values ranging from $250,000 to $500 million and performance periods extending into fiscal year 2025. Interested vendors can reach out to primary contact Jenny Croughn at jenny.a.croughn.civ@army.mil or by phone at 570-615-7232 for further details.
    Quality Assurance and Testing Equip Repair Service
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division, is seeking a contractor to provide Quality Assurance and Testing Equipment Repair Services, specifically for a Coordinate Measurement Machine at the Explosive Ordnance Disposal Technology Center. The contractor will be responsible for remedial maintenance, replacement parts, and technical support, ensuring compliance with original equipment manufacturer (OEM) standards to minimize equipment downtime. This service is critical for maintaining operational readiness and reliability of analytical instruments used by the government. Interested parties should contact Shannon Wooten at shannon.cloud-wooten@navy.mil for further details, as this opportunity is set aside for 8(a) sole source under FAR 19.8, with no government-furnished materials required and all tasks classified as unclassified activities.