Preventative Maintenance for Nicolet 1S50 Analytical Flex FTIR Spectrometer
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.
Quick Summary
The Department of the Navy, Norfolk Naval Shipyard GF, is soliciting proposals for a Preventative Maintenance service agreement for one Nicolet iS50 Analytical Flex FTIR Spectrometer located at the Mid-Atlantic Regional Materials Test Laboratory in Portsmouth, VA. This Firm Fixed-Price opportunity aims to ensure the instrument's operational readiness and highest performance. The acquisition is UNRESTRICTED, with a price evaluation preference for HUBZone Small Business Concerns. Offers are due March 24, 2026, at 03:00 PM Local Time.
Scope of Work
This requirement covers a comprehensive preventative maintenance service agreement. Key deliverables include:
- Set-up and startup of the instrument and software to fully operational status.
- Priority technical support with a targeted immediate response time.
- Utilization of certified service engineers for diagnosis and corrective maintenance, supported by digital remote tools.
- A 10% discount on labor, travel, and factory-certified replacement parts for on-demand corrective maintenance visits, with a targeted response time of 5 business days.
- One (1) scheduled annual standard preventive maintenance visit, including a standard PM kit.
- Access to online knowledge base services.
- Software and firmware updates upon request (not attached to government network), provided during scheduled maintenance.
- A 10% discount off list price for training classes purchased during the contract period.
Contract Details
- Opportunity Type: Solicitation (RFP/RFQ)
- Pricing Arrangement: Firm Fixed Price
- Period of Performance: March 27, 2026, to March 26, 2027
- Set-Aside: UNRESTRICTED, with a Notice of Price Evaluation Preference for HUBZone Small Business Concerns.
- Product Service Code: J066 (Maintenance, Repair And Rebuilding Of Equipment: Instruments And Laboratory Equipment)
Submission & Evaluation
- Offer Due Date: March 24, 2026, 03:00 PM Local Time.
- Questions Deadline: March 25, 2026, 12:00 PM EST. (Note: This deadline is after the offer due date; bidders should verify.)
- Submission Method: Quotations must be emailed to Aletha Nunley at aletha.d.nunley.civ@us.navy.mil.
- Required Documents: Completed representations and certifications, a technical acceptability statement verifying capability to meet the Statement of Work, and price for each line item.
- Evaluation Factors: Technical Capability, Price, and Past Performance.
- Award Basis: Award will be made to the responsible Offeror whose offer is most advantageous to the Government.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Additional Notes
- All contractors will require Defense Biometric Identification System (DBIDS) and NAVSEA Badging.
- Specific clauses regarding Cybersecurity Maturity Model Certification (CMMC) are included.
- Payment will be made via Wide Area WorkFlow (WAWF).