INTENT TO SOLICIT ONLY SOURCE-Army Research Laboratory (ARL) requires a Thermal Technology LLC Technician to install the H2 upgrade Kit on DCS200 Furnace System and return the following week to perform testing to ensure optimal safe operation.
ID: W911QX-25-Q-0099Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, through the Army Research Laboratory (ARL), intends to solicit a single-source procurement for services from Thermal Technology LLC to install a Dry H2 Upgrade Kit on the Direct Current Sintering (DCS) 200 Furnace System located at Aberdeen Proving Ground, Maryland. The selected technician will be responsible for the installation and subsequent testing to ensure the furnace operates safely and optimally. This procurement is critical for maintaining the functionality and safety of specialized laboratory equipment used in defense research and development. Interested contractors must submit their proposals within five business days of the posting, with the contract expected to be awarded shortly thereafter, and can direct inquiries to Meghan Dumler at meghan.d.dumler.civ@army.mil or Zachary Dowling at zachary.a.dowling2.civ@army.mil.

    Files
    Title
    Posted
    The document outlines a solicitation (W911QX-25-Q-0099) from the Army Research Laboratory (ARL) for a single-source procurement of services from Thermal Technology LLC. The contract involves installing a Dry H2 Upgrade Kit on the Direct Current Sintering (DCS) 200 Furnace System located at Aberdeen Proving Ground, MD. The selected contractor is required to complete the installation and follow up with testing to ensure safe operation. This solicitation allows for only one contractor submission and aims for completion within ten business days post-award. The submission deadline is five business days after posting. The solicitation includes factors like the NAICS code (811210), specifics on contract line items (installation and testing), and various terms, conditions, and clauses relevant to the acquisition. There's an emphasis on adherence to performance specifications and regulations such as FAR and DFARS provisions, indicating a formal and compliant procurement process. Overall, this document is a formal request for quotes under government procurement guidelines, focusing on a specialized upgrade for a laboratory equipment system.
    This document outlines the terms and clauses related to a government contract solicitation primarily involving Thermal Technology LLC, under the authority of FAR 13.106-1(b)(1)(i). It specifies that only one source is being solicited, indicating a non-competitive process for a Firm Fixed Price contract. The contractor is recognized as an independent entity, emphasizing that their personnel shall not be under government supervision but must comply with certain performance standards. The document includes provisions concerning work hours, contractor employee identification, and regulations governing contractor relationships with government personnel to prevent conflicts of interest or misalignment with federal policies. Payment instructions, tax exemptions, and identification requirements for items delivered under the contract are delineated, including unique identification protocols for items exceeding $5,000 in value. The document also stipulates prohibitions regarding certain telecommunications equipment per the McCain National Defense Authorization Act, ensuring national security interests are upheld. Overall, the file serves as a comprehensive guideline for contractors engaging with government obligations while ensuring compliance with legal frameworks and operational standards.
    Similar Opportunities
    Sole Source Verdi G5 Laser-Diode System
    Dept Of Defense
    The Department of Defense, specifically the Army's Tactical Network Assurance Branch, is seeking to procure a Sole Source Verdi G5 Laser-Diode System, which includes a water riser and chiller, through a Request for Quote (RFQ) W911QX-26-Q-A004. This procurement is classified under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing) and is intended to be solicited from a single source, emphasizing the system's critical role in supporting the Army Research Laboratory's operations in Adelphi, Maryland. Proposals are due five days after the posting date, with evaluations based on price, technical specifications, and past performance, and the contract is expected to be awarded to the most advantageous offer. Interested parties should direct inquiries to Keturah Moore at keturah.l.moore.civ@army.mil or Alexander Cheatham at alexander.k.cheatham.civ@army.mil, with delivery required within six months of contract award.
    Walk-in Oven Building 128
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of a walk-in oven for Building 128 at the Anniston Army Depot. This requirement is part of a total small business set-aside under the North American Industry Classification System Code 333994, which pertains to Industrial Process Furnace and Oven Manufacturing. The successful vendor will be responsible for delivering a product that meets the specifications outlined in the Statement of Work, which is crucial for the operational needs of the depot. Interested parties must submit their proposals electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the closing date of January 5, 2026, at 10:00 AM CST, and all inquiries should be directed to Crystal Hodges at crystal.l.hodges8.civ@army.mil by December 15, 2025.
    Low Temperature Insulation
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center, is issuing a presolicitation notice for a sole-source contract focused on the research and development of advanced solid rocket motor internal insulation materials designed for extreme low-temperature operational requirements. The project entails laboratory-scale formulation, prototype production, and material characterization, with deliverables including test data, prototype-scale material lots, and supporting documentation. R.E. Darling Co., Inc. (REDAR) is identified as the only responsible source capable of fulfilling the requirements due to its proprietary formulations and specialized infrastructure. Interested parties may submit capability statements demonstrating their qualifications by the deadline of 15 days after posting, with submissions directed to Erin Villar at erin.m.villar.civ@us.navy.mil or Brian Gillead at larry.b.gillead.civ@us.navy.mil.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    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.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Hydro-Mechanical Unit (HMU) Harness Tester
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the design and provision of a Hydro-Mechanical Unit (HMU) Harness Tester, identified as LTCT31902-1, to meet specific testing requirements for the HMU part number 2541347. This procurement is crucial for ensuring the reliability and functionality of electrical components used in military applications, particularly in the context of communication and energy systems. Interested vendors should reach out to Ellen Bethea at ellen.r.bethea.civ@army.mil or call 571-588-0957 for further details regarding the solicitation process and requirements.
    Sources Sought for Overhaul of the Turret, Assembly, Infrared
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a sources sought announcement to identify potential sources for the overhaul of the Turret, Assembly, Infrared. The procurement aims to assess the feasibility of a competitive acquisition for a minimum of 30 and a maximum of 160 units, which includes a Foreign Military Sales quantity of 26 units, with the applicable NAICS code being 334511. The Turret, Assembly, Infrared is crucial for military operations, and currently, Teledyne FLIR Defense, Inc. is the only known approved source for its overhaul. Interested parties must submit their capabilities and business information via email to Maggie Bevis by December 29, 2025, referencing the sources sought number in the subject line.
    28--TANK,DETECTOR ASSEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 26 units of the Tank, Detector Assembly (NSN 2815011805915). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum of three units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    63--HEAT DETECTOR ASSEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking procurement for a Heat Detector Assembly, specifically manufactured under National Stock Number (NSN) 6350-01-589-9143, and awarded under contract SPE8E8-23-C-0008. This procurement is crucial for ensuring the operational readiness and safety of military equipment, as heat detectors play a vital role in fire control systems. The place of performance for this contract is located in New Hyde Park, NY, and interested parties can reach out to Jabari Martin at jabari.martin@dla.mil or by phone at 215-737-7976 for further details regarding the opportunity.