Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2026 SAM #8874
SPECIAL NOTICE

J -- PerkinElmer Maintenance and Repairs

Notice Date
3/12/2026 12:23:55 PM
 
Notice Type
Special Notice
 
NAICS
811210 —
 
Contracting Office
DEPT OF DEFENSE
 
ZIP Code
00000
 
Solicitation Number
W9124R-26-Q-A006
 
Response Due
3/27/2026 10:00:00 AM
 
Archive Date
04/11/2026
 
Point of Contact
Damon McLaughlin, Amanda Ramirez
 
E-Mail Address
damon.j.mclaughlin.civ@army.mil, amanda.m.ramirez24.civ@army.mil
(damon.j.mclaughlin.civ@army.mil, amanda.m.ramirez24.civ@army.mil)
 
Description
Sole Source Intent: The Mission and Installation Contracting Command (MICC) - Yuma Proving Ground (YPG), Arizona, intends to award a firm-fixed price contract with a Time and Materials Contract Line Item Number (CLIN) on a sole source basis with PerkinElmer U.S. LLC, 710 Bridgeport Ave., Shelton, CT. 06484-4797. The USAYPG has a requirement for annual onsite maintenance and repair of Government owned laboratory instruments manufactured by PerkinElmer U.S. LLC. (PE) such as: NexIon ICP-MS, (serial number: 815N9011902X) Poly Science Whisper Cool Chiller, (serial number: 1901-00293) Oil Express 4 Autosampler (serial number: JA125N4532) Turbo Matrix 40 Headspace Sampler (serial number M41L0209133) Clarus 580 GC (serial number: 580S15043002) Clarus 680 GC (serial number: 680S15061501) Clarus 500 GC (serial number: 650N6121207) These instruments have unique designs and proprietary parts and firmware/software that only Perkin Elmer technicians can service and repair. Perkin Elmer does not authorize third parties to service or repair their instruments. Period of Performance is Base Year - 23 April 2026 to 22 April 2027. Authority of this requirement will be in accordance with Federal Acquisition Regulations (FAR) 12.102(a), solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, brand-name or industrial mobilization.) The North American Industry Classification system (NAICS) Code is 811210 with a standard size of $34M. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. A determination by the government not to compete this requirement, based on responses to this notice, is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If you feel your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements by 27 March 2026, 11:00 AM, Mountain Standard Time (MST). In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed items. All inquiries shall be clearly marked with reference number W9124R-26-Q-A006 and e-mailed to the point of contact listed below.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/08671dfcb3354fccb023002a51e60b79/view)
 
Place of Performance
Address: Yuma Proving Ground, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN07742660-F 20260314/260312230042 (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!  © 1994-2026, Loren Data Corp.