Repair of the SEM/EDX JetSCAN Equipment
ID: FA8119-25-R-0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8119 AFSC PZABCTINKER AFB, OK, 73145-3015, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (81121)

PSC

OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES (6650)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is seeking proposals through a Request for Proposal (RFP) for the service and repair of Scanning Electron Microscopes (SEM/EDX), specifically targeting the repair of inoperable JetScan machines. The RFP FA8119-25-R-0004 includes provisions for a firm fixed price contract for identifying, troubleshooting, and providing technical expertise to facilitate these repairs. The contractor will also conduct a three-day user training course and provide monthly status reports for data trend analysis. The solicitation specifies that it is open to all business sizes, with a NAICS code of 811210 and a size standard of $34. The proposals are due on January 16, 2025, and all required documents must be submitted electronically. The contract terms emphasize quality assurance, including inspection and acceptance at the destination, and address crucial clauses on compliance, including those pertaining to small business subcontracting and safeguarding information. This document serves to engage potential contractors in delivering necessary technical support and training while maintaining compliance with federal regulations, reflecting the government's commitment to sustaining high-value scientific equipment in service.
    The Performance Work Statement (PWS) outlines the requirements for an Extended Service and Repair Contract for JetSCAN® instruments, focusing on customer service standards and operational support. It delineates two levels of contractor support: Level One, providing immediate telephone/email assistance, and Level Three, which necessitates on-site repairs for unresolved issues within specified timeframes. The government retains responsibility for funding the contract and ensuring equipment availability, with certain exclusions applicable for service. Preventative maintenance, monthly reporting, and operator training are integral components of the service regime. The document emphasizes the need for effective communication between the contractor and users, routine evaluations of performance, supply chain management, and adherence to safety regulations during contract execution. By providing a structured framework, the PWS aims to ensure reliability of the JetSCAN® systems deployed, especially in critical areas, thereby supporting operational readiness for the U.S. Air Force.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Energy dispersive micro-focusing X-ray fluorescence spectrometer (μEDXRF) with poly-capillary optics
    Dept Of Defense
    The Department of the Air Force is conducting a market survey to identify potential sources for an energy-dispersive micro-focusing X-ray fluorescence spectrometer (μEDXRF) with poly-capillary optics. This advanced instrument is essential for non-destructive spectral mapping and chemical analysis of materials used in aircraft and jet engines, requiring capabilities to detect elements from Carbon to Uranium with high resolution and sensitivity. Interested contractors, both small and large businesses, are encouraged to submit documentation demonstrating their expertise in manufacturing μEDXRF spectrometers, along with quality assurance processes and relevant past experience. Responses are due by January 7, 2026, and should be directed to Erin Hampton (erin.hampton@us.af.mil) and Anthony Dollard (anthony.dollard@us.af.mil).
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder, as outlined in solicitation number FA812526Q0016. This procurement falls under the NAICS code 811310, which pertains to the repair and maintenance of commercial and industrial machinery and equipment, excluding automotive and electronic items. The repair services are crucial for maintaining operational efficiency and reliability of the equipment used in various defense applications. Interested contractors should note that the proposal due date has been extended to December 16, 2025, at 12:00 PM CST, and must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Phenom XL G3 SEM or equivalent
    Energy, Department Of
    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a Phenom XL G3 Scanning Electron Microscope (SEM) or an equivalent domestic model. This equipment is essential for the Enrichment Science and Engineering Division, which requires advanced microscopy capabilities for analytical purposes, including high magnification and elemental analysis. Proposals must be submitted by December 18, 2025, with a focus on the lowest priced, technically acceptable offer, and interested parties should direct inquiries to Brittany Waring at waringbc@ornl.gov. The procurement is not set aside for small businesses, and the NAICS code for this opportunity is 334516.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This Firm Fixed Price contract requires the provision of all necessary parts and labor to test and repair the ADP, which is critical for the operational capabilities of F-15 aircraft. The contract is a sole source requirement directed to Honeywell International, as they possess the unique technical data and expertise necessary for this specialized repair, with a total quantity of 50 units to be addressed. Proposals are due by January 6, 2026, at 4:00 PM EST, and interested parties can contact Madison Norris at madison.norris@us.af.mil for further information.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.
    Advanced Multiplexed Eddy Current Array
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.