X-Ray Screening Machines and Maintenance
ID: SP470525R2025Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO-RICHMOND DIVISION #3RICHMOND, VA, 23237, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the procurement of six X-Ray Screening Machines, along with associated maintenance services, to enhance security at its headquarters and the Defense Threat Reduction Agency (DTRA) in Fort Belvoir, Virginia. The contract encompasses the acquisition, delivery, installation, training, and a one-year warranty for the machines, which are designed to detect explosives and narcotics, thereby bolstering security protocols at these critical facilities. Proposals must be submitted by February 14, 2025, with a delivery requirement of 90 days post-order, and interested contractors should contact Odemaris Dekle at odemaris.dekle@dla.mil for further information.

    Point(s) of Contact
    Beverly J. Williams
    beverly.j.williams@dla.mil
    Files
    Title
    Posted
    The document serves as Amendment 0001 to solicitation SP4705-25-R-2025, detailing necessary updates and responses to bidder inquiries. It confirms that the solicitation is for a new requirement, not under an incumbent contract, and extends the proposal submission deadline to December 18, 2024, at 1:00 p.m. Eastern Time. Key updates from bidder questions include clarifications on required specifications for explosives and narcotics detection software for various sections of the Statement of Work (SOW), the number of proposal copies required, and the designation of CLINs (Contract Line Item Numbers). The amendment consolidates responses, indicating that all X-ray machines will require specific software. Additionally, it specifies that no further questions will be accepted at this stage, and all other solicitation terms remain unchanged. This amendment is essential for potential contractors to understand the latest requirement adjustments and submission guidelines in their proposals and facilitates compliance with federal contracting procedures.
    The document outlines the Request for Proposal (RFP) SP4705-25-R-2025 for acquiring X-Ray Screening Machines for use by the Defense Logistics Agency (DLA) and the Defense Threat Reduction Agency (DTRA). It specifies several Contract Line Item Numbers (CLINs) including software, training, installation, and freight charges, all requiring delivery within 90 days after order receipt. The proposal emphasizes that all new machines must include software and a one-year warranty. The RFP also details maintenance requirements for an extended contract period, broken into three option periods, each lasting twelve months. Each period specifies maintenance for a set quantity of screening machines designated for both DLA and DTRA, ensuring proper support and functionality throughout the contract duration. The document requires that maintenance services comply with outlined sections of the Statement of Work (SOW). Overall, the RFP illustrates the federal government's commitment to ensuring security measures through updated screening technology while maintaining strict adherence to established guidelines and timelines.
    The Defense Logistics Agency (DLA) is procuring six new x-ray screening machines to enhance security at DLA and DTRA Headquarters in Fort Belvoir, Virginia. This acquisition, due for delivery by March 31, 2025, includes a one-year warranty, software, training, and installation. The machines specified provide advanced features for detecting explosives, narcotics, and other security threats, with varying dimensions and operational capabilities detailed for each model (A, B, C, and D). The contractor will also be responsible for maintenance after the warranty period, covering corrective maintenance, preventative care, and radiation safety surveys. Installation entails the removal of delivery debris and setup in designated loading docks. The DLA has outlined clear operational specifications and requirements, emphasizing the importance of effective security measures within the organization. This procurement is crucial for bolstering the security infrastructure necessary for DLA's logistical operations under various circumstances.
    The document outlines a Request for Proposal (RFP) issued by the Defense Logistics Agency (DLA) for the procurement of six new x-ray screening machines intended for use at DLA and DTRA Headquarters. The primary objective is to enhance security screening for personnel entering these facilities. The scope includes the acquisition, delivery, training, installation, and a one-year warranty for the machines. Technical specifications are provided for four different models of screening machines (A, B, C, and D), detailing their dimensions, weight, performance capabilities, and safety features such as explosives and narcotics alerts, various imaging functions, and multi-language support. The contractor will also be responsible for ongoing maintenance options after the warranty period and must provide operational training upon installation. The DLA's commitment to improving security capabilities is evident through this acquisition approach, highlighting logistical support for national defense efforts. The specified locations for installation are at the DLA Headquarters in Fort Belvoir, Virginia.
    The document outlines the Request for Proposal (RFP) SP4705-25-R-2025, which seeks suppliers for X-Ray Screening Machines, including associated software, training, installation, and maintenance. Delivery of the machines and software is mandated within 90 days after receipt of order. Key components include base supply services and maintenance options in three consecutive 12-month periods following an initial warranty period. The RFP specifies maintenance for four X-Ray Screening Machines for the Defense Logistics Agency (DLA) and two for the Defense Threat Reduction Agency (DTRA), with details provided in different sections of the Statement of Work (SOW). Each phase includes pricing for units, maintenance services, and the total cost. The document emphasizes compliance with outlined service sections and maintenance requirements, ensuring machinery is operational for federal use. Overall, the RFP aims to procure necessary equipment and services to enhance screening capabilities within defense operations, ensuring readiness and effectiveness in security measures.
    The Defense Logistics Agency (DLA) is issuing Request for Proposal (RFP) SP4705-25-R-2025 for the procurement of six X-Ray Screening Machines, accompanied by maintenance services and options for one-year extensions. Proposals must be submitted by December 10, 2024, with a delivery requirement of 90 days post-order to prevent service interruptions. The evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach, assessing technical capabilities and pricing in accordance with federal regulations. Furthermore, proposed equipment and services must meet specific technical requirements outlined in the Statement of Work (SOW). The contract will include a base period and three option years for maintenance service. Offerors must comply with various Federal Acquisition Regulation (FAR) clauses that regulate contracting terms, including those specific to labor, subcontracting, and environmental compliance. The submission instructions emphasize organization, clarity, and completeness, with specific formatting guidelines for technical and pricing proposals. This procurement initiative reflects an ongoing federal commitment to maintaining updated security equipment for enhanced operational effectiveness.
    The Defense Logistics Agency (DLA) is seeking a contractor to acquire and deliver six x-ray screening machines for use at its headquarters and the Defense Threat Reduction Agency (DTRA) location aimed at enhancing security protocols. The scope includes the machines' procurement, delivery, installation, training, and a one-year warranty. Four machines will be delivered to DLA HQ, and two to DTRA, all by March 31st. Each machine features advanced detection capabilities for explosives and narcotics, extensive image processing functionalities, and varying physical specifications tailored to specific operational needs. Following a twelve-month warranty period, the contractor will provide optional maintenance for an additional three years. The contractor must also include requisite software to facilitate the detection functionalities. The work will be conducted at DLA and DTRA facilities in Fort Belvoir, Virginia, with a point of contact to be specified at the award stage. This acquisition underscores the DLA's commitment to maintaining rigorous security measures to protect personnel and facilities.
    The document serves as Amendment 0002 to a solicitation (SP4705-25-R-2025) issued by DLA Contracting Services, detailing necessary modifications and updates. Primarily, it extends the submission deadline for proposals to February 14, 2025, at 4:00 p.m. Eastern Time. Additionally, it announces comprehensive updates to the Statement of Work (SOW), which now includes enhanced details regarding delivery requirements and maintenance information. The Pricing Sheet has also been revised to accommodate delivery specifics for both the Defense Logistics Agency (DLA) and the Defense Threat Reduction Agency (DTRA), particularly impacting Contract Line Item Numbers (CLINs) 0007 and 0008. The amendment stipulates that acknowledgment of the amendment by contractors is required, either through designated forms or written communication referencing the amendment details. All other terms from the original solicitation remain unchanged, emphasizing the document’s role in clarifying and refining the contract requirements while maintaining the solicitation's integrity.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Thermal Imagers
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) of the Department of Defense is seeking sources for the procurement of thermal imagers, which are critical for various operational and analytical applications. The required thermal imagers must meet specific technical specifications, including a minimum infrared resolution of 1024 x 768, the ability to record infrared video at 3.1 Mega Pixels, and features such as interchangeable Field of View lenses, digital zoom, and advanced video streaming capabilities. These devices will play a vital role in inspections and analyses, ensuring that the technology meets the operational standards necessary for effective performance. Interested vendors can reach out to Patrick Seas at patrick.w.seas.civ@mail.mil or Eric M. Rode at eric.m.rode.civ@mail.mil for further details, with the procurement process being guided by federal and state RFP regulations.
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to enhance the capabilities of partner nations in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global security and national defense. This initiative is critical for training and equipping partner nations to effectively manage WMD threats, ensuring compliance with U.S. regulations and security protocols. Interested parties should note that the solicitation is expected to be released in the second quarter of fiscal year 2025, and they can direct inquiries to Eric M Rode at dtra.belvoir.ob.mbx.ob-bp-acquisitions@mail.mil.
    Sensor DVE, Sidecar (R) Module Cable Assembly & Camera Set
    Buyer not available
    The Defense Logistics Agency (DLA-WRN) is planning to award a Firm-Fixed-Price contract for the procurement of specific items from DRS Network & Imaging Systems LLC, which is designated as the sole source for these products. The procurement includes a Digital Vehicle Enhancement (DVE) sensor, a Sidecar Module Cable Assembly, and a camera set, with quantities of 255, 254, and 10 respectively, intended for use in M109A7/M992A3 and Bradley A4 vehicles. This contract underscores the importance of these components in enhancing the operational capabilities of military vehicles, highlighting the structured federal contracting process reliant on specific suppliers. The solicitation is expected to be released on or around February 20, 2025, and interested parties can access it through FedBizOpps; for further inquiries, they may contact Muhammad Kah at Muhammad.kah@dla.mil or call 586-467-1203.
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking proposals for the modernization of Non-Destructive Testing (NDT) equipment at the Rock Island Arsenal. The procurement aims to replace existing linear accelerators and X-ray tubes, with options for additional computed radiography technology and modular vaults, to enhance the Army's testing capabilities. This modernization is critical for improving defense manufacturing and technology infrastructure, ensuring compliance with national safety standards and operational readiness. Proposals are due by 10:00 AM on January 31, 2025, and interested vendors should contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil for further details.
    Mail Screening
    Buyer not available
    The Defense Information Systems Agency (DISA) of the Department of Defense is seeking proposals for mail screening services, specifically focusing on x-ray and Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) screenings at an off-site facility. The contractor will be responsible for daily mail collection from major carriers, ensuring the secure handling of potentially classified materials, and maintaining compliance with rigorous security standards, including personnel having at least a Secret clearance. This procurement is a 100% small business set-aside, with a Firm Fixed Price contract anticipated to span from March 3, 2025, to March 2, 2030. Interested parties must submit their proposals via email by February 14, 2025, and can contact Sarah Thacker at sarah.a.thacker2.civ@mail.mil or Benjamin Cummings at benjamin.cummings6.civ@mail.mil for further information.
    GentleMax Pro Laser System Service Maintenace
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for the maintenance and repair of the Candela GentleMax Pro Laser System at the Naval Medical Center in Camp Lejeune, North Carolina. The contract, identified as HT940625Q0004, is a firm fixed-price agreement that will cover a performance period from April 1, 2025, to March 31, 2030, including a base year and four option years. This service is critical for ensuring the operational efficiency and compliance of medical equipment used in patient care, adhering to FDA regulations and maintaining high standards of quality control. Interested contractors must submit their proposals electronically by February 26, 2025, with a focus on technical competency and compliance with federal regulations; inquiries can be directed to Tanya Richardson at tanya.c.richardson.civ@health.mil or Gerrie Johnson at gerrie.m.johnson.civ@health.mil.
    SPRRA225R0002 MLRS SPARES
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes detailed specifications for packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with a delivery timeline ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by the extended deadline of February 28, 2025, and can direct inquiries to Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil.
    Digital X-Ray System
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking to procure two Digital Radiography (DR) systems to enhance non-destructive inspection (NDI) capabilities for military equipment, including aircraft and missile components. The procurement specifically requires the INDX HPX-DR DRX PLUS 3543 PE PANEL, along with necessary accessories and software, to ensure compliance with Technical Order specifications and compatibility with existing equipment. This initiative is crucial for maintaining advanced inspection capabilities essential for national defense and reflects the Air Force's commitment to engaging small businesses in federal contracting. Interested vendors must submit their offers electronically by February 18, 2025, with an estimated contract value of $150,000, and can contact Quinn Walsh or Hideo Mera for further information.
    Gunner's Display
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for a firm-fixed-price contract to supply 66 display units, identified by National Stock Number 7025-01-621-5510. The procurement includes specific requirements for first article testing, military-standard packaging, and compliance with detailed Technical Data Package (TDP) specifications, ensuring that the units meet stringent quality and regulatory standards. These display units are critical for military applications, emphasizing the importance of reliability and compliance in defense operations. Interested contractors must submit their proposals by February 18, 2025, and can direct inquiries to Stephen Granch at Stephen.Granch@dla.mil or by phone at 586-467-1244.
    Anti - Reflection Device, Optical Instrument
    Buyer not available
    The Defense Logistics Agency (DLA) Land and Maritime is seeking proposals for the procurement of an Anti-Reflection Device for Optical Instruments, identified by National Stock Number (NSN) 6650-01-479-5386. This contract aims to provide stock replenishment coverage in support of military depots, with a required delivery timeframe of 220 days, or 160 days with a First Article Test (FAT) waiver. The contract will be a Fixed Price, Indefinite Delivery Contract (IDC) with a base period of three years and two optional one-year extensions, totaling a maximum duration of five years. Interested small businesses must submit proposals electronically by the specified deadline, with the solicitation expected to be available on February 18, 2025, under solicitation number SPE7LX25RX002. For further inquiries, potential bidders can contact Brandan G. Litman at Brandan.Litman@dla.mil or Kristina Wolf at Kristina.Wolf@dla.mil.