INTENT TO SOLICIT ONLY ONE SOURCE COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS for Extended warranty for a Government owned Gleeble 3800 Physical Process Simulator
ID: W911QX25Q0087Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG ADELPHIADELPHI, MD, 20783-1197, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

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

    The Department of Defense, specifically the U.S. Army Research Laboratory, is soliciting proposals for an extended warranty for a Government-owned Gleeble 3800 Physical Process Simulator under solicitation number W911QX25Q0087. The contract requires the provision of a one-year warranty that includes routine maintenance, three service days, and one additional service day for each Mobile Conversion Unit (MCU), with all maintenance items to be calibrated by the Original Equipment Manufacturer, Dynamic Systems Inc. Proposals must be submitted within five business days of posting, with delivery expected five weeks after receipt of order to Aberdeen Proving Ground, MD. Interested contractors should direct inquiries and proposals to Contract Specialist Douglas Dennard via email at douglas.c.dennard.civ@army.mil.

    Files
    Title
    Posted
    The document outlines the provisions and clauses for a Firm Fixed Price contract with the U.S. Army Research Laboratory at Aberdeen Proving Ground. It includes contact information for the contracting personnel, payment submission guidelines, invoice and receiving report requirements, and identification protocols for contractor employees. Contractors are expected to adhere to strict work hours and identification protocols, ensuring compliance with government regulations. The document specifies that all contractor personnel must remain under direct supervision of the contractor while clarifying non-personal service relationships between the government and contractors to avoid conflicts of interest. Important trackability measures include the requirement for unique item identifiers for delivered goods worth over $5,000 and compliance with electronic submission systems like Wide Area Workflow for invoicing. This comprehensive guidance is aimed at ensuring accuracy and compliance in contracts and deliveries, emphasizing transparency and stringent procedural adherence vital for federal government procurement processes.
    The document outlines a combined synopsis/solicitation for an extended warranty for a Government-owned Gleeble 3800 Physical Process Simulator, filed under solicitation number W911QX25Q0087. The primary purpose is to solicit proposals from contractors for a one-year warranty that covers routine maintenance, including three service days and one additional day per Mobile Conversion Unit (MCU). The warranty is to be provided by Dynamic Systems Inc., the Original Equipment Manufacturer. Proposals are due within five business days and should be sent via email to the listed Contract Specialist at the U.S. Army Research Laboratory in Aberdeen Proving Ground, MD. There are specific requirements regarding the maintenance items, calibration, and delivery timeline, as well as FAR and DFARS clauses that govern the contractual relationship and obligations. This acquisition opportunity emphasizes compliance with various federal regulations while allowing consideration of all qualified proposals received. The contract is not set aside for small businesses and is classified under NAICS Code 334519, which pertains to other computer peripheral equipment manufacturing.
    Similar Opportunities
    Carrier Drive Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the Carrier Drive Assembly, specifically part number 014499-505 from Meggitt Defense Systems, Inc. This procurement is restricted to approved sources or distributors and includes a guaranteed minimum quantity of 14 units and a maximum of 288 units, with deliveries required at the Red River Army Depot in Texarkana, TX, within 625 calendar days after the order date. Interested offerors must submit their proposals electronically by January 20, 2026, and are encouraged to check the SAM.gov website for updates; for inquiries, they may contact Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    Solicitation, Service Repair, Paladin Digital Fire Control System
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is soliciting proposals for the repair of the Paladin Digital Fire Control System (PDFCS) under solicitation number W912CH-24-R-0041. This procurement involves a sole source contract with Sechan Electronics for a five-year Requirements, Firm Fixed Price contract, focusing on the component-level repair, teardown, and inspection of various units including the Keypad Unit, Paladin Digital Computer Unit, and Power Conditioning Unit-2. The successful contractor will play a crucial role in maintaining the operational readiness of essential military equipment. Proposals are due by January 30, 2026, and interested parties must contact Kelli Kavanagh at kelli.a.kavanagh2.civ@army.mil for further details and to ensure compliance with registration requirements in the System for Award Management (SAM).
    Rate Gyroscope CN-1552/A and CN-1564/A Repair Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for the repair services of Rate Gyroscopes CN-1552/A and CN-1564/A, critical components for the stability and control systems of Black Hawk UH-60A/L Helicopters. The procurement involves a Firm-Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a performance period of five years anticipated to commence in February 2026, focusing on testing, inspection, and repair services to ensure operational readiness. Interested vendors must submit their quotes electronically by December 23, 2025, and are encouraged to review the attached Performance Work Statement and other documents for detailed requirements and evaluation criteria. For inquiries, contact Alyson Scholz at alyson.n.scholz.civ@army.mil.
    MOUNT,RESILIENT,GEN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the MOUNT, RESILIENT, GEN, a critical hardware component. The procurement aims to establish a firm-fixed-price contract for the repair services, with a focus on ensuring a rapid turnaround time for repairs and compliance with stringent quality assurance standards. This opportunity is vital for maintaining operational readiness and supporting national defense initiatives, as the repaired items will be utilized in various military applications. Interested contractors should submit their quotes, including pricing and repair turnaround time, to Ethan Lentz at ETHAN.K.LENTZ.CIV@US.NAVY.MIL or by phone at 717-605-2892, with specific deadlines to be determined in the solicitation documents.
    70--MEMORY UNIT,DATA ST, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of memory units under the contract titled "70--MEMORY UNIT, DATA ST, IN REPAIR/MODIFICATION OF." Contractors are required to submit quotes that include firm-fixed price or time-and-materials pricing, along with estimated costs for the repair of the specified items. This procurement is critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors should direct inquiries to Michael J. Brown at 215-697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL, with proposals expected to reference the required repair turnaround time and any capacity constraints.
    Differential, Driving Axle
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is soliciting proposals for a five-year Firm Fixed Price contract for the supply of Differential, Driving Axle (NSN: 2520-01-358-3160). This procurement is restricted to specific part numbers from approved sources, including AM General LLC and Dana Light Axle Products LLC, with a minimum order quantity of 27 units and a maximum of 810 units over the contract period. The goods are critical for military vehicular power transmission components, emphasizing the importance of compliance with military packaging and inspection standards. Interested contractors must submit their proposals by January 15, 2026, at 11:59 p.m. Eastern time, and can direct inquiries to Jon Machacek at Jon.Machacek@dla.mil or by phone at 385-591-2854.
    Abrams Integrated Logistics Services (AILS) Solicitation
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is issuing a solicitation for the Abrams Integrated Logistics Services (AILS) contract, aimed at providing comprehensive support for the Abrams Family of Vehicles and related systems. This five-year contract, which includes both Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) components, will encompass services such as Field Service Representatives (FSR), vehicle maintenance, modification work orders, total package fielding, and new equipment training, including support for Foreign Military Sales (FMS) countries. The importance of this procurement lies in ensuring the operational readiness and sustainment of critical military vehicles. Interested parties must submit their proposals by January 16, 2026, and direct any questions to Jaclyn Beach at jaclyn.j.beach.civ@army.mil.
    W912CH26R0015 AUTOMATIC STAND MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the United States Army Contracting Command – Detroit Arsenal, is soliciting proposals for the procurement of 49 Automatic Stand Maintenance units, identified by National Stock Number 4910-01-117-4344 and Part Number 1750A. This opportunity is set aside for small businesses and will result in a Firm Fixed Price contract, with an option for an additional 49 units, emphasizing the importance of military packaging and compliance with specific preservation standards. Proposals are due by January 12, 2026, at 5:00 PM EST, and must be submitted electronically to Contract Specialist Robin Walker at robin.a.walker6.civ@army.mil, with all submissions evaluated based on price only. Interested parties should also be aware of the requirement for compliance with Special Packaging Instructions and the necessity for electronic invoicing via Wide Area WorkFlow (WAWF).
    COMPUTER SYSTEM,DIG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a digital computer system. This contract involves the manufacture and supply of a specific computer system, with a recent amendment updating the quantity from nine units to two and extending the solicitation due date to December 22, 2025. The goods are critical for various military applications, emphasizing the importance of compliance with stringent quality and inspection standards, including ISO 9001 and MIL-STD specifications. Interested vendors should direct inquiries to Jeremy Crow via email at JEREMY.CROW@DLA.MIL and ensure their proposals are submitted by the revised deadline.
    Request for Information (RFI) - Agilent Services
    Dept Of Defense
    The Department of Defense, specifically the Army's Program Executive Office Soldier, is seeking responses to a Request for Information (RFI) regarding maintenance and repair services for Agilent equipment utilized by the Global Field Medical Laboratories (GFML). The procurement aims to secure comprehensive service contracts for three Agilent Microplate Washers and three Gas Chromatographs/Mass Spectrometers over a five-year period, focusing on preventative maintenance, timely repairs, and compliance with safety regulations to ensure optimal equipment functionality. This initiative is critical for the GFML's mission to conduct rapid-response evaluations of CBRNE threats, underscoring the importance of reliable laboratory equipment in challenging environments. Interested vendors are encouraged to submit their responses electronically by the specified deadline, with all communications directed to the designated contacts, Trisha Scott and Patrick Wallace, via their provided email addresses.