NOTICE OF INTENT TO SOLE SOURCE TO THERMO ELECTRON NORTH AMERICA LLC
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Naval Information Warfare Center, Pacific (NIWC Pacific) intends to award a Firm-Fixed-Price purchase order on a noncompetitive basis Thermo Fisher Scientific DBA Thermo Electron North America LLC (CAGE 3WXJ7) located at 1400 Northpoint Pkwy STE 10 West Palm Beach, Florida 33407-1976, USA. The requirement is for the purchase of the following: MATERIAL: 0724729 DESCRIPTION: ELEMENT XR BASIC SYSTEM Coverage: UNITY ESSENTIAL SUPPORT PLAN-APG-MASS SP Support and maintenance of an Element XR High Resolution Inductively Coupled Mass Spectrometer (HR-ICP-MS). Services are to include corrective maintenance services, ensuring timely repairs, covering labor, travel, and necessary parts to restore equipment to operational status. It also provides priority technical support with immediate responses for troubleshooting and resolution, as well as access to certified service engineers for both remote and on-site support. Period of Performance: 12-month Base period and two 12-month option years QTY. 1 The Government intends to negotiate solely with Thermo Electron North America LLC under the authority of FAR 13.106-1(b), only one source capable of meeting the Government requirement. The applicable NAICS code 811210 Electronic and Precision Equipment Repair and Maintenance and the business size standard is $34 million.This notice is not a request for competitive quotes; however, interested parties may identify their interest and capabilities in response to this notice, and must clearly show the ability of the firm to be responsive without compromising quality, accuracy, and reliability. Capability statements, comments, questions, or concerns regarding this notice shall be submitted via e-mail. A determination by the Government not to compete the requirement based on responses to this notice is solely within the discretion of the Government. Acquisition of Commercial Items under FAR Part 12 and Simplified Acquisitions Procedures under FAR Part 13 apply. To respond to this announcement, any comments, questions or concerns may be submitted via e-mail to trinity.l.anglo.civ@us.navy.mil by 17 June 2025 at 1400 Pacific. In your inquiry, please reference N66001-25-Q-6235 in the subject line. Questions by phone or fax will not be considered. Be advised that the aforementioned information is anticipatory in nature and is not binding. All responding vendors must be registered to the System for Award Management (SAM). Information can be found at https://www.sam.gov. Complete SAM registration means a registered UEI and CAGE Code.