Tescan field emission scanning electron (FE-SEM) maintenance coverage
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.
The Commander Fleet Readiness Centers (COMFRC) Procurement Group, Patuxent River, MD 20670 hereby gives notice of their intent to award a purchase order to Tescan USA Inc., 765 Commonwealth Dr. Suite 101 Warrendale PA 15086-7520 (CAGE:0FX68) on a sole source basis in accordance with Federal Acquisition Regulation (FAR) Subpart 13.106-1(b)(i), only one source reasonably available and no other supplies or services will satisfy agency requirements.
The Materials Engineering Laboratory, Fleet Readiness Center Southeast (FRCSE) has a requirement for annual preventative maintenance and calibration for One (1) Tescan Vega II XMU, and annual preventative maintenance and calibration for One (1) Tescan Mira-3 GMU. This will be awarded as a Base contract with Four (4) Option Years. Tescan USA Inc. is the original equipment manufacturer (OEM) of the Tescan Vega II XMU and the Tescan Mira-3 GMU. Both Instruments are highly specialized and operate using Tescan’s proprietary software and hardware architecture. Tescan USA Inc. retains all proprietary rights. These parts are not supported in the Federal Supply System but are only available through Tescan USA Inc. Tescan USA Inc. does not partner with any resellers for Tescan Vega II XMU or Tescan MIRA-3 GMU.
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, all responsible sources may submit a capability statement, which, if received within three (3) calendar days after the date of the publication of this synopsis, will be considered. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government. Point of contact for this requirement is Brandon Fabricante gregory.b.fabricante2.civ@us.navy.mil.