XRF Maintenance
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 Office of Naval Intelligence intends to solicit and negotiate with only one source under the authority of FAR 13.106-3 and FAR 6.302-l(b) (ii). The proposed source is Thermo-Scientific Portable Analytical Instruments Inc. The procurement will cover the request to disable connectivity features (Camera, Wi-Fi, Bluetooth, GPS) and factory calibration after the service is complete. This requirement will be for FY26. This is Firm Fixed Price (FFP) contract for removing electronic hardware and installation of replacement parts and equipment. This notice is being published for information purposes only and is not a request for competitive quotations.
Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites "Representation (DEVIATION 2021-O0003) (APRIL 2021), 252.246-7008, "Sources of Electronic Parts" and DFARS 252.211-7003, "Item Unique Identification and Valuation" and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. The provision at FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, offers must be registered in the Online Representations and Certifications system at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically the following clauses cited are applicable to this solicitation: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, FAR 52.222-26, Equal Opportunity;; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41 Service Contract Act; and FAR 52.222-42 Statement of Equivalent Rates for Federal Hires.. Also, the following clause applies: FAR 52.217-5 Evaluation of Options. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. Specifically the following clauses cited are applicable to this solicitation: DFARS 252.203-7001, DFARS 252.225-7001, and Buy American Act and Balance of Payment Program. Any questions regarding this requirement should directed to the point of contact the Contract Specialist Doris Coleman at doris.m.coleman6.civ@us.navy.mil.