Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2025 SAM #8784
SOURCES SOUGHT

J -- Mobile Chemical Agent Detector (MCAD) Systems Maintenance & Support Services contract

Notice Date
12/12/2025 11:38:11 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017426SN0067
 
Response Due
12/30/2025 1:00:00 PM
 
Archive Date
01/14/2026
 
Point of Contact
Jessica Quell, Devon Gormley, Phone: 3017446612
 
E-Mail Address
jessica.h.quell.civ@us.navy.mil, devon.m.gormley.civ@us.navy.mil
(jessica.h.quell.civ@us.navy.mil, devon.m.gormley.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Mobile Chemical Agent Detector (MCAD) Systems Maintenance & Support Services contract This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206.302-1(d). The Naval Surface Warfare Center, Indian Head Division (NSWC IHD), Contracts Department, Code 02 intends to award a Firm-Fixed Price (FFP) contract for MCAD Maintenance Support on a sole source basis with MESH, INC (CAGE 9Z425), 114 Barnsley Road Oxford, PA, 19363-1159. MESH, Inc. is the original equipment manufacturer (OEM) and the owner of the MCAD system technology. This proprietary product is a unique design that requires comprehensive knowledge of the technology to maintain a copyright and proprietary data limits competition. MESH, Inc. is the only qualified vendor capable of performing service and maintenance of the MCAD systems. Please see below the requirements: REQUIREMENTS The contractor shall support troubleshooting, repair, and testing of MCAD equipment including: Mobile Chemical Agent Detector (MCAD) Sensorhead, Quickset-Pan-Tilt (QPT), Communication Power Assembly (CPA), Battery Charging Assembly (BCA), including MCAD peripherals. The contractor shall provide MCAD technical support over the phone or on-site, as required to ensure the equipment remains operational. The contractor shall support all applicable software installation, setup, proper function and operation, and troubleshooting, as required to ensure the equipment is operational. The contractor shall provide periodic system checks, including a quarterly check of the MCAD Sensorhead, CPA, BCA, and batteries. The batteries shall be replaced at least every 2 years or earlier if required to maintain the system's operation. The contractor shall provide Sensorhead reconditioning on a 12 month cycle. Includes calibration front plate, blackbody, fans as necessary to ensure operation, and spectrometer realignment. Spectrometer reconditioning and recalibration by manufacturer, if indicated during maintenance. The contractor shall provide semiannual system operation inspection and confidence check at each of the four (4) Locations and shall provide a report. The contractor shall assist in MCAD sensor system wide tests annually and provide a report. The contractor shall provide support for sensor upgrade tasks. The contractor shall perform analysis of the MCAD logs and provide results weekly or as agreed upon with the technical point of contact (TPOC). Report has to provide statuses for all the active sensors, alarms analyses, and software update notes, and provide a report. THIS IS NOT AN INVITATION FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of 10 USC 3204(a)(1), as implemented in FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. No solicitation will be available for this procurement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. All interested sources shall provide the organization name, address, point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, DUNS number, and CAGE Code. In addition, all interested sources shall provide a summary of their company�s capabilities. All responding sources must email their response submissions no later than 30 December 2025 at 4:00 PM to: 1) NSWC IHD Attn: Jessica Quell 4081 N. Jackson Road, Bldg. 841 Indian Head, MD 20640-5035 jessica.h.quell.civ@us.navy.mil 2) NSWC IHD Attn: Devon Gormley 4081 N. Jackson Road, Bldg. 841 Indian Head, MD 20640-5035 devon.m.gormley.civ@us.navy.mil *Large files need to be compressed using Zip and renamed with a .piz file extension.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d2911680f53045a49b99d7c850cf6b01/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN07665140-F 20251214/251212230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.