Irradiator
ID: 12314425Q0110Type: Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFUSDA, DEPARTMENTAL ADMINISTRATIONUSDA, OCP-POD-ACQ-MGMT-BRANCH-FTCFORT COLLINS, CO, 80521, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The United States Department of Agriculture (USDA) is seeking proposals for the Irradiator Intrusion Detection System (IDS) under Solicitation No. 12314425Q0110, which includes testing and maintenance services across multiple USDA facilities handling radioactive materials. The procurement aims to secure a contract for a base year and four option years, focusing on tasks such as IDS testing, preventive maintenance, remote technical support, and emergency on-site assistance to ensure operational integrity and compliance with safety regulations. Interested vendors must submit their quotes by April 14, 2025, with the contract performance period anticipated to begin on June 1, 2025, and extend through May 31, 2030. For further inquiries, potential bidders can contact Mr. Carlton Bradshaw at carlton.bradshaw@usda.gov or (202) 690-4359.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to solicitation number 12314425Q0110 issued by the USDA, detailing various modifications affecting a contract related to security detection systems. Key updates include a request for a bid extension to April 23, 2025, and clarifications regarding equipment availability at different locations. The amendment confirms that multiple sites have camera coverage and video recording facilities, contrary to previous assumptions. The period of performance for the contract spans from June 1, 2025, to May 31, 2030, divided into multiple tasks including IDS Testing, preventive maintenance, an extended warranty, and remote technical support. Each task is outlined with specific product/service codes. The amendment emphasizes the importance of acknowledgment of receipt for successful bid submission and clarifies procedural guidelines for communication regarding submissions and modifications. This document is part of fundamental operational processes within federal procurement, demonstrating adherence to contract management protocols and ensuring effective service delivery in security systems maintenance and support.
    The document is a Request for Proposal (RFP) issued by the USDA, detailing a procurement plan for various services related to security detection systems. It outlines solicitation parameters, including an offer due date set for March 25, 2025, and a performance period spanning from June 1, 2025, to May 31, 2030. The solicitation includes a unique identifier and various codes relevant to the process. The acquisition is categorized as unrestricted with a small business set aside. The document lists specific tasks to be performed, consisting of tasks like IDS testing, preventive maintenance, and remote technical support, emphasizing the importance of thorough services in ensuring security measures are adequately met. Additionally, it incorporates the Federal Acquisition Regulation (FAR) pertaining to commercial items, with guidelines on invoicing and payment terms. This RFP forms part of the government’s efforts to procure commercial items effectively while providing a clear outline of expectations and regulations for prospective contractors.
    The United States Department of Agriculture (USDA) seeks proposals for the testing and maintenance of its Irradiator Intrusion Detection Systems (IDS) under Solicitation No. 12314425Q0110. This initiative aims to ensure the security and operational integrity of irradiators across four critical USDA facilities that handle radioactive materials, crucial for research and pest control activities. Offerors are required to submit proposals by April 14, 2025, detailing their compliance with specific performance tasks, including semi-annual testing, preventive maintenance, remote technical support, and emergency on-site assistance. The contract will be a Firm Fixed Price (FFP) arrangement, spanning one base year and four option years, with a possible reduction in locations after the initial contract period. Offerors must provide adequate technical support and meet stringent security and performance requirements in line with NRC regulations. Evaluation criteria will focus on technical acceptability, prior experience, and pricing, ensuring that only suitably qualified bidders are selected. This RFP underscores the USDA's commitment to maintaining stringent safety protocols and operational functionality in handling potentially hazardous materials while mitigating risks associated with unauthorized access.
    The document comprises a set of solicitation questions and answers regarding a government request for proposals (RFP). It includes an extension for bid submissions to April 23, 2025, with quotes due by 10:00 a.m. MST. Key clarifications address the misconception regarding the presence of RAD Lenel workstations, confirming there are none onsite. Additionally, while it was inquired if only Hawaii has cameras, the response clarified that all locations are equipped with cameras. Lastly, regarding the network video recorder (NVR), it was stated that every location has video recording capability, not just Hawaii. This communication aims to clarify specifications for potential bidders, ensuring they have accurate information regarding the project's requirements and settings. The document reflects the typical process of addressing inquiries to enhance understanding in government procurement initiatives.
    The Personnel Security Addendum outlines security requirements for contractors working with the USDA under classified national security contracts. It categorizes the contract as Tier 5 critical sensitive but notes that it does not require access to USDA classified information. Contractors must ensure that all personnel are U.S. citizens and have undergone a favorably adjudicated Tier 5 background investigation before starting work. The document emphasizes the USDA's authority to request the removal of contractor personnel whose actions conflict with government interests. Contractors must manage employee terminations promptly, returning all government-issued materials. Compliance with the National Industrial Security Program regulations is mandatory, and all contractor personnel must follow HSPD-12 for identity verification. Work will primarily take place at USDA headquarters, with provisions for alternative locations as needed. The hours of operation are set, and any necessary overtime must be pre-approved. The addendum underscores the contractor's responsibility for employee conduct, compliance with security laws, and adherence to privacy requirements involving sensitive information. Proper training and reporting procedures for any adverse employee information are also stipulated, reinforcing the importance of security and responsibility in fulfilling contract duties.
    The Sentry-RMS Quarterly Performance Test document outlines the procedures for testing the Remote Monitoring System (RMS) to ensure it operates effectively and safely. The main objectives are to verify system operation, identify any issues, and document performance quarterly. Key activities include a health check of the system, verification of camera views, testing of tamper alarms, and evaluations of radiation detectors. The testing employs multiple personnel, ensuring alarm activations are communicated correctly across all monitoring stations. Specific protocols guide technicians on maintaining equipment, such as verifying camera field of view and conducting alarm tests for tampering and radiation detection. The process involves documenting actions and confirming the integrity of backup systems and alarms. This testing is crucial for the Office of Radiological Security to assess the system's status and outline necessary program actions to maintain operational efficiency and safety compliance. The quarterly performance tests are part of a broader commitment to ensuring the reliability of radiological security technologies, supporting federal mandates in law enforcement and safety. The document emphasizes systematic checks, thorough documentation, and adherence to operational protocols, reflecting its significance within government operations related to radiological security.
    The USDA's testing procedures for irradiation equipment focus on ensuring the functionality and reliability of various security and monitoring systems. The document outlines a comprehensive checklist for conducting system tests, including procedures for monitoring alarms, power failures, battery issues, and tamper detection across several units like RMS, TISH, and Sentry. Each procedure requires the monitoring station to switch the system to test mode and includes verifying alarm notifications sent to USDA personnel. Critical testing includes checking the operation of motion sensors, duress buttons, biometric card readers, and video monitoring systems, ensuring each component responds accurately to potential threats. The systematic approach facilitates compliance with safety protocols and enhances operational integrity, displaying the USDA's commitment to maintaining a secure environment for its facilities. These rigorous testing procedures reflect regulatory standards typical of government contracts and grants, highlighting the significance of reliability and accountability in government operations.
    This document outlines a Request for Proposal (RFP) related to technical support and maintenance services for an Integrated Detection System (IDS) over multiple years. It establishes various Contract Line Item Numbers (CLINs) for different tasks, including IDS testing and preventive maintenance, extended equipment warranty, remote technical support, and emergency on-site technical support. The pricing structure outlines costs for a base year, followed by four option years, emphasizing the potential for extended service contracts. Each year includes the same categories of CLINs, indicating continuity in service offerings. Overall, the document provides a structured proposal to facilitate long-term support and maintenance arrangements, crucial for government contracts focused on technology and safety compliance.
    Lifecycle
    Title
    Type
    Irradiator
    Currently viewing
    Solicitation
    Similar Opportunities
    Updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is issuing an updated Master Solicitation for Commodity Procurements - Domestic Programs (MSCP-D), which will be applicable for all solicitations issued on or after March 20, 2025. This solicitation serves as a framework for acquiring commodities for domestic food distribution programs, such as the National School Lunch Program, and includes updated requirements, clauses, and submission processes to ensure compliance with federal regulations. The MSCP-D aims to streamline procurement practices, enhance food safety, and support effective distribution of food commodities while adapting to regulatory changes. Interested vendors can find more information and guidelines on the USDA's website and are encouraged to contact David C. Jackson at davidc.jackson@usda.gov or 816-823-1142 for further inquiries.
    HF ALE RADIO SYSTEMS
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) is seeking contractors to provide annual services, maintenance, and training support for High Frequency Automatic Link Establishment (HF ALE) Radio Systems, specifically Codan and Datron radios. The procurement aims to identify qualified vendors who can perform component-level maintenance, installation, operation, and training, with a focus on ensuring compliance with strict security requirements for handling sensitive information. This opportunity is critical for maintaining effective communication systems within USDA operations, particularly at headquarters in Elkins, WV, and Kansas City, MO. Interested parties should contact Karmella Van Stockum at karmella.vanstockum@usda.gov or Carlton L. Bradshaw at Carlton.Bradshaw@usda.gov for further details, and the RFI can be accessed online for additional requirements and deadlines.
    Irradiated Rodent Feed
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking proposals for the procurement of Certified and Irradiated Rodent Diet Feed NIH-07 and NTP-2000, along with Assay Analysis, under the combined synopsis/solicitation 76F40125Q132188. This opportunity is set aside for small businesses and requires adherence to specific technical standards regarding feed irradiation, contaminant analysis, nutritional content, and facility sanitation, as outlined in the solicitation documents. The goods are essential for research purposes at the National Center for Toxicological Research (NCTR) and will be procured through a Single Award Indefinite Delivery, Indefinite Quantity (ID/IQ) contract with a guaranteed minimum of $5,000 and an estimated maximum of $350,000 over a five-year ordering period. Proposals are due by December 22, 2025, at 1:00 PM Central Time, and interested parties can contact Howard Nesmith at howard.nesmith@fda.hhs.gov or by phone at 870-543-7459 for further information.
    Qualified manufactures of Approved LF RFID 840 USDA Tags Approved for Cattle
    Agriculture, Department Of
    The United States Department of Agriculture (USDA), through the Animal Plant Health Inspection Service (APHIS), is seeking qualified manufacturers to supply plastic tamper evident low frequency radio frequency identification (LF RFID) 840 USDA Official ID button-type ear tags for cattle. The procurement aims to secure a reliable source of these tags, which are essential for the official identification of cattle across the nation, ensuring compliance with animal traceability programs. Interested manufacturers must be USDA-approved producers of low frequency 840 tags and applicators, with the expectation of a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract anticipated for a five-year period. Interested vendors should express their interest by emailing Jason L. Wilking at Jason.L.Wilking@usda.gov, providing details about their manufacturing capabilities and production capacity.
    66--NRC's Radiation Safety/Dosimetry Program
    Nuclear Regulatory Commission
    The Nuclear Regulatory Commission (NRC) is seeking proposals for its Radiation Safety/Dosimetry Program, which falls under the category of federal contracts. The procurement aims to secure testing laboratory services that are critical for ensuring radiation safety and effective dosimetry practices. These services are essential for maintaining compliance with safety standards and protecting public health in environments where radiation is present. Interested vendors can reach out to Margo Mancuso at margo.katzper@nrc.gov or call 301-415-3364 for further details regarding the solicitation process.
    Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D)
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - Domestic Programs (MSCP-D), which will be applicable for all solicitations issued on or after June 13, 2025. This solicitation outlines the requirements and procedures for vendors interested in supplying agricultural commodities for USDA domestic food distribution programs, including critical initiatives like the National School Lunch Program and Emergency Food Assistance. The MSCP-D emphasizes compliance with Federal Acquisition Regulations (FAR) and Agricultural Acquisition Regulations (AGAR), detailing vendor qualifications, required documentation for electronic bidding, and strict delivery guidelines to ensure quality and adherence to FDA regulations. Interested vendors can find more information and access the solicitation details on the USDA's commodity procurement website at https://www.ams.usda.gov/commodity-procurement.
    Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I)
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA), through its Agricultural Marketing Service, has issued a Special Notice regarding the Updated Master Solicitation for Commodity Procurement - International Programs (MSCP-I), effective May 7, 2025. This solicitation outlines the updated contract clauses and provisions for vendors interested in supplying commodities for international food assistance programs, emphasizing the importance of compliance with the Federal Acquisition Regulation (FAR) and Agricultural Acquisition Regulations (AGAR). The MSCP-I serves as a critical resource for potential bidders, detailing qualification processes, delivery instructions, and payment procedures, ensuring that vendors understand the requirements for successful contract awards. Interested parties can find more information and guidelines on the USDA's website at www.ams.usda.gov/commodity-procurement.
    12444123F0092 Prototype Deterrent-Activating Artificial Intelligence System with Integrated Field Camera Scenario
    Agriculture, Department Of
    The United States Department of Agriculture (USDA) Forest Service is seeking to procure a prototype Deterrent-Activating Artificial Intelligence (AI) System with an Integrated Field Camera, aimed at deterring coyotes from entering fenced areas while allowing other wildlife to pass freely. This system is designed to detect the approach of coyotes and activate a deterrent, such as an electric barrier, before they reach a designated opening in the fence. The procurement is critical for wildlife management and protection efforts, with an estimated contract value of $12,500 and a performance period of one base year plus two option years, anticipated to commence on December 1, 2023. Interested parties can contact David Easter at david.easter@usda.gov or by phone at 651-649-5236 for further information.
    Notice of Intent
    Agriculture, Department Of
    The Department of Agriculture is seeking Independent Assessor Support Services for the Intercontinental Exchange (ICE) Owned Datacenters as part of a Notice of Intent. This procurement aims to provide essential support for the Assessment and Authorization (A&A) process, which includes evaluating IT systems against security requirements, conducting vulnerability scans, and generating various security assessment reports. The services are critical for enhancing cybersecurity and ensuring compliance with federal standards, with performance locations including Washington, DC, and St. Louis, MO, while excluding OCONUS employees. Interested parties can contact Camille Perry at camille.perry@usda.gov for further details, and the opportunity is set aside for competition among USDA STRATUS BOA Holders.
    Replacement/installation of an Intrusion Detection System (IDS) at United States Citizenship & Immigration Services Building located at 12500 Tukwila International Blvd. Tukwila, WA 98168-2505.
    Homeland Security, Department Of
    The U.S. Department of Homeland Security (DHS), through the Federal Protective Service (FPS), is seeking qualified contractors for the replacement and installation of an Intrusion Detection System (IDS) at the United States Citizenship & Immigration Services Building located in Tukwila, Washington. The project requires the contractor to perform the installation in accordance with the Statement of Work, which includes specific equipment requirements such as alarm control panels, glass break sensors, and software support, with a firm-fixed-price contract structure. This procurement is a 100% small business set-aside, emphasizing the importance of security systems in safeguarding government facilities. Interested contractors must register with the System for Award Management (SAM) and are encouraged to direct inquiries to Contract Specialist Thomas Westlake at Thomas.Westlake@fps.dhs.gov. The Request for Quotation (RFQ) documents are expected to be issued around November 24, 2025, with a performance period of 90 calendar days following the Notice to Proceed.