- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Sources Sought for Comprehensive service coverage of a Bruker Avance III 400 MHz Nuclear Magnetic Resonance Spectrometer (NMR).
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Mar 27, 2026. Industry: NAICS 811210 • PSC J066.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 78 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 811210
Description
Performance Work Statement (PWS)
Service Contract for NMR Spectrometer & Related Equipment
23 March 2026
C.1 Background
Comprehensive service coverage is required to ensure continuous, uninterrupted operation of the Bruker Avance III 400 Megahertz (MHz) Nuclear Magnetic Resonance Spectrometer (NMR), in service at the Weapons and Materials Research Directorate of the Army Research Lab (ARL), Aberdeen Proving Ground (APG), MD. The system is equipped with broadband probes and ancillary hardware and electronics to permit acquisition of both liquids and solid samples (i.e. magic-angle spinning, or MAS).
C.2 Objective
The NMR system is used daily by a wide variety of programs and projects, primarily to assess the outcomes of material or chemical synthesis efforts. With multiple users on any given day, a period without access to the NMR would hinder multiple research programs. A service plan is required to ensure the continued operation of the NMR, to ensure timely performance of routine maintenance, to ensure timely completion of cryogen fills, and to ensure proper function of both the liquids and solids probes.
C.3 Requirement
The respondent shall provide service and maintenance coverage of the indicated NMR system, (Serial Number # 10215255), and all associated hardware, electronics, accessories, and probes.
C.3.1: The contractor shall provide routine maintenance of NMR magnet, electronics, accessories, probes, and other related items; replace consumables such as filters at recommended intervals. This includes at least one performance maintenance (PM) visit each year of coverage.
C.3.2: The contractor shall provide a technician or engineer to assist with liquid cryogen (liquid He) fills as necessary, defined as liquid He level at 50% or less. A typical fill interval is every ~4.5 months, meaning that up to three (3) fills may be required in any contract term. ARL is responsible for providing the cryogen. Weekly fills of liquid nitrogen are to be handled by ARL staff.
C.3.3: The contractor shall be responsible for re-energization and setup of magnets in case of a quench event.
C.3.4: The contractor shall provide on-site (APG) diagnostics and instrument service in case of performance degradation or component failure. Remedies may include component repair/refurbishment or component replacement as needed.
C.3.5: The contractor shall provide service for probes, when necessary, either on-site (APG) or at the provider’s facility.
C.4 AT-OPSEC Requirements
C.4.1: Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204.9, Personal Identify Verification of Contractor Personnel) as directed by DoD, HQA and/or local policy. In addition to the installation change, the Government may require changes in contractor security matters or processes.
C.4.2: For contractors that DO NOT require CAC but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local Security policies and procedures (provided by Government Representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.
C.5 Distribution Statement
C.5.1: Determination of Contract Submission Documents: DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited.
C.5.2: Determination of Information Generated from the Performance of the Contract: DISTRIBUTION STATEMENT A. Approved for public release; distribution is unlimited.
C.6 Period of Performance (PoP)
The Government intends to award a contract with one (1) base year plus two (2) additional option years for a total PoP of three years. The Contractor shall perform and comply with the full scope of this PWS for the option years if exercised.
C.7 Place of Performance
The service and maintenance coverage to be provided under this contract shall be accomplished at:
Army Research Laboratory
6300 Rodman Road, Building 4600
Aberdeen Proving Ground, MD
21005
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.