Preventative Maintenance Agreement (PMA) for PAC LP
ID: FA860125Q0112Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

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 Air Force Life Cycle Management Center, intends to award a sole source contract for a Preventative Maintenance Agreement (PMA) for PAC LP instruments at the Aerospace Fuels Laboratory located at Vandenberg Space Force Base in California. This contract will cover comprehensive maintenance services for specialized analytical instruments, including the OptiDist and various JFTOT units, ensuring their operational functionality is maintained to support critical fuels management missions. The estimated contract value is $27,709, and the procurement is justified as a sole source due to the proprietary nature of the instruments and the requirement for factory-trained personnel for maintenance. Interested parties may direct inquiries to Shemari Hale at shemari.hale@us.af.mil or Jennifer Blackford at jennifer.blackford@us.af.mil, with responses due by June 12, 2024, at 12:00 PM EST.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a Preventative Maintenance Agreement (PMA) for PAC LP instruments at the Aerospace Fuels Laboratory, Vandenberg Space Force Base. The PMA encompasses maintenance for specific instruments, including the OptiDist and various JFTOT units, with a performance duration of one year. The contractor is responsible for labor, parts, and services necessary to maintain operational efficiency while the government handles consumables. Key operational aspects include a commitment to high-quality service by trained personnel, telephone support for troubleshooting, annual inspections, and maintenance of the laboratory's equipment site requirements. Additionally, contractors must navigate strict security protocols for site access and follow commercial vehicle delivery procedures upon entry to the base. The document emphasizes the importance of maintaining government-owned materials and adhering to original equipment manufacturer standards throughout the contract period, aiming to ensure readiness and safety for mission-critical aerospace operations.
    The document is a Single Source Justification for a Preventative Maintenance Agreement (PMA) regarding specialized analytical instruments at Vandenberg Space Force Base’s Aerospace Fuels Laboratory. The contracting activity is under the Air Force Life Cycle Management Center, with an estimated cost of $27,709. The PMA is required to ensure the operational functionality of PAC LP brand instruments essential for fuels management. The contractor will provide comprehensive maintenance services for specific equipment, including an OptiDist unit and multiple JFTOT units, along with inspection, calibration, and necessary repairs. PAC LP is identified as the sole source for these services due to the proprietary nature of the instruments and the requirement for factory-trained personnel to perform maintenance. Market research supports this sole source determination, citing no alternative contractors equipped to meet the maintenance requirements. The document outlines efforts to secure competition but concludes that PAC LP remains the only viable option until such instruments are replaced. The contracting officer, Jennifer Blackford, confirms that the conditions justify single-source procurement based on Federal Acquisition Regulation guidelines. This document reflects critical planning and procurement processes in federal contracting, emphasizing the necessity for specialized services in government operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Nicolet iS50 Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the maintenance and repair of the Nicolet iS50 laboratory analytical instrument located at Hill Air Force Base, Utah. This procurement involves a full-service maintenance and support plan, which is designated as a single-source acquisition to Thermo Electron North America LLC, the sole manufacturer and service provider for this equipment. The contract will cover a base year and four one-year options, with a performance period from February 6, 2026, to February 5, 2031, and requires compliance with various federal regulations, including labor standards and cybersecurity measures. Interested parties must submit their offers by 1500 MT on December 15, 2025, via email to the primary contact, Nichole Saucedo, at nichole.saucedo@us.af.mil.
    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.
    Material Test System (SOLE SOURCE)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Quote (RFQ) FA822725Q4910 for calibration services related to the Material Test System (MTS) and High Rate Propellant Test System (HRPTS) at Hill Air Force Base, Utah. This procurement is designated as a Sole Source award to MTS Systems Corporation, which will provide essential calibration services for the 582nd Missile Maintenance Squadron, ensuring that critical systems operate within design specifications as part of the Air Force Nuclear Weapons Center's Aging and Surveillance Program. Proposals are due by December 15, 2025, at 3:00 p.m. MST, and all inquiries must be submitted by December 10, 2025, at 3:00 p.m. MST, with quotes to be sent to Contract Specialist Rachel Wright at rachel.wright.9@us.af.mil and Contract Officer Melissa Huston at melissa.huston.2@us.af.mil.
    Sole Source Labtrac
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    SOLE SOURCE –Model 3152 and 3152A Repair Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's NSWC Crane, is seeking to procure sole source repair services for Model 3152 and 3152A equipment. This procurement is justified under the maintenance, repair, and rebuilding of instruments and laboratory equipment, indicating the critical nature of these services for operational readiness. The selected contractor will be responsible for ensuring the functionality and reliability of these models, which are essential for various defense applications. Interested parties can reach out to Chris Jones at christopher.m.jones405.civ@us.navy.mil for further details regarding this opportunity.
    Synopsis of Contract Action- FY26 MPulse Software Renewal
    Buyer not available
    The Department of Defense, specifically the United States Air Force Test Center (AFTC/PZZG), intends to award a sole-source contract to Mpulse Software Inc. for the annual renewal of the MPulse Maintenance and Support Program (MSP) subscription. This procurement encompasses a base year and four one-year options, extending from December 2025 to December 2030, to support the management of over 500 equipment assets at the Banfield Anechoic Facility. The contract is justified under FAR 13.106-1(b)(1)(i) due to Mpulse Software Inc. being the only authorized vendor capable of providing the necessary cloud hosting, technical support, and software updates. Interested vendors who believe they can meet the requirements are encouraged to submit a technical package, and all inquiries should be directed to Ms. Paola D. Diaz or Ms. Anne C. Beach via email. Contractors must be registered in the System for Award Management (SAM) to participate.
    GEM4000 Analyzer Repair
    Buyer not available
    The Department of Defense, through the Naval Medical Research Center (NMRC), intends to award a sole-source contract for the urgent repair of a Werfen GEM4000 blood gas analyzer, which has experienced a CoOx hardware failure (error 264). This repair is critical as it has halted operations related to Animal Protocol 0226 at the Environmental Health Effects Laboratory in Dayton, Ohio, and can only be performed by the manufacturer, Werfen USA, due to the proprietary nature of the technology. The NMRC has confirmed that Werfen USA is the sole supplier capable of addressing this urgent need, and the contract will be awarded under FAR Part 12 for commercial items. Interested vendors must be registered in the Systems for Award Management (SAM) and can contact Deborah Sharpe at deborah.m.sharpe2.civ@health.mil or Michael Ponczeck at michael.ponczek@us.af.mil for further information.
    Notice of Intent: Sole Source Justification Borescope Repairs
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for borescope repairs to Waygate Technologies USA, LP, as announced by the 28th Contracting Squadron at Ellsworth Air Force Base in South Dakota. This procurement involves the acquisition of borescope parts and repair services, which are critical for maintaining the operational readiness of equipment used at the base. The justification for this sole source award is based on the determination that only Waygate Technologies can provide the necessary services, as detailed in the attached sole source justification document. Interested parties can direct inquiries to TSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.
    Equipment Calibration and Software/Hardware Service Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    USAFA DFPM X-Band Microwave Resonator - Notice of Intent to Sole Source
    Buyer not available
    The Department of Defense, through the United States Air Force Academy (USAFA), intends to award a firm-fixed-price single source contract to Bruker Biospin Corp for the acquisition of an X-Band Microwave Resonator. This specialized equipment is designed for electron paramagnetic resonance (EPR) and electron nuclear double resonance (ENDOR) microwave spectroscopy, with specific requirements including a resonant frequency of approximately 9.8 GHz and the capability to operate at cryogenic temperatures. The procurement is critical for advancing research in microwave spectroscopy, and interested parties are advised that this notice is not a solicitation for bids or proposals; however, they may submit documentation of their capabilities to the primary contact, John Perry, via email by August 18, 2025, at 10:00 MDT.