Closed Solicitation · DEPT OF DEFENSE
AI Summary
The US Army intends to award a sole source contract for preventative maintenance and calibration services for GPS and survey equipment. The contract will be awarded to Caron East, Inc., the only qualified provider for this specialized service. Responses are due by 10:00 am EST on 11 September 2025.
This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT using Federal Acquisition Regulation FAR 13.106-l(b) (1). The US Army Contracting Command -Aberdeen Proving Ground (ACC-APG) Installation and Technology (I&T) Division, 6472 Integrity Court, Building 4401, Aberdeen Proving Ground; has a requirement to procure the following service:
Aberdeen Test Center (ATC) requires ongoing services for the repair of malfunctioning geodetic equipment and the provision of necessary software licensing updates. The required services to be performed on a semi-annual basis shall be executed by competent, experienced, and qualified personnel who are currently trained and certified in the maintenance and calibration service of Nikon, Trimble, Topcon, and Leica GPS and Survey Equipment. These assets, along with their associated modules, are essential for supporting Research, Development, Test, and Evaluation (RDT&E) activities conducted across multiple test ranges at Aberdeen Proving Ground. This equipment and software are instrumental in documenting live fire and testing events with the highest possible resolution. The purpose of this contract is to secure ongoing service for the repair of malfunctioning geodetic equipment and the provision of necessary software licensing updates. This service is for a 12-month base period and two (2) option periods.
The Government intends to award a Firm-Fixed Price sole source contract to Caron East, Inc. 429 N. Mechanic Street Cumberland, Maryland 21502-2223. Caron East, Inc is the current service provider with the proprietary rights and the only company with this capability to service the specific equipment and associated serial numbers. The associated North America Industry Classification System (NAlCS) Code is 811210 (Electronic and Precision Equipment Repair and Maintenance) and the Small Business Size Standard is $34 M.
All responses received within three (3) business days after date of publication of this notice will be considered by the Government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government.
Interested persons may identify their interest and capability by responding to the requirement no later than 10:00 am Eastern Standard Time (EST), 11 September 2025 with the following information:
1. Company name.
2. Capability Statement (highly encouraged)
3. SAM Cage Code.
4. Point of Contact name telephone & email.
5. Small business size standard in relation to NAICS code 811210.
For questions concerning this Notice of Intent, contact Morgan Alvey morgan.e.alvey.civ@army.mil or Christine N. Orr at christine.n.orr.civ@army.mil. Posting date of this requirement is 08 September 2025. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government.
NO TELEPHONE REQUESTS WILL BE HONORED
NOTICE OF INTENT TO SOLE SOURCE- PREVENTATIVE MAINTENANCE AND CALIBRATION SERVICES TO GLOBAL POSITIONING SYSTEM (GPS) AND SURVEY EQUIPMENT. is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.