FUJI Digital Radiography system
ID: N0017423R0054Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a FUJI Digital Radiography system. This system will be used locally and in forward deployed environments for determining internal structures, fillers, fusing, and firing train elements of Captured Exploitable Materiel (CEM). The contract will be awarded to MPM Products located in Ontario, CA. All responsible sources may submit a capability statement, proposal, or quotation for consideration. Contact Imani Jones at Imani.e.jones3.civ@us.navy.mil or (301) 744-6664 for more information.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Notice Of Intent for Maintenance and Preventative Services for Radiology Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a firm fixed price contract for maintenance and preventative services for radiology equipment at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is being conducted on a sole source basis with Hologic Inc., the only vendor possessing the proprietary rights to the necessary software and products, as authorized under FAR 6.302-1 for "Only one responsible source." The services are critical for ensuring the operational readiness and reliability of medical imaging equipment used in military healthcare settings. Interested parties must express their interest and capabilities by emailing Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil by 9 AM EST on March 18, 2025, as this notice does not constitute a request for competitive proposals.
    58--THERMAL IMAGING SYS
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of Thermal Imaging Systems. The contract will require compliance with various specifications, including MIL-STD packaging and government source inspection, and will be awarded on a firm-fixed-price basis. These systems are critical for military applications, enhancing capabilities in search, detection, navigation, and guidance. Interested vendors must submit their quotes electronically to Matthew B. Takach at MATTHEW.B.TAKACH.CIV@US.NAVY.MIL, ensuring they meet the outlined requirements and provide necessary documentation to demonstrate authorized distributor status. The procurement process emphasizes the importance of traceability and compliance with quality assurance standards.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    REF SYSTEM MARINEPK
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of the REF SYSTEM MARINEPK, which involves the manufacture and supply of specialized machinery components. This contract requires compliance with various quality assurance and inspection standards, including government source inspection, and mandates that all items meet specific design and marking requirements as outlined in the contract documentation. The successful contractor will be responsible for ensuring that all products conform to the prescribed specifications, with a focus on timely delivery and adherence to quality standards. Interested parties should contact Joshua Eshleman at 717-605-6055 or via email at joshua.j.eshleman@navy.mil for further details, and note that the RFQ has been extended to April 11, 2025.
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking proposals for the modernization of Non-Destructive Testing (NDT) equipment at the Rock Island Arsenal. This procurement aims to enhance the Army's capabilities by replacing existing linear accelerators and X-ray tubes, with options for additional computed radiography technology and modular vaults, contingent upon funding availability. The modernization is critical for improving inspection technologies and operational readiness within defense manufacturing. Proposals are due electronically by 10:00 AM CT on February 21, 2025, and interested vendors should contact Contract Specialist Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Contracting Officer Ashley Moore at ashley.m.moore85.civ@army.mil for further details.
    Modernized Interferometry Laser System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes for a Modernized Interferometry Laser System, specifically high stability lasers and associated components from Hubner Photonics Inc. The procurement includes various items such as C-FLEX lasers and combining optics, with strict adherence to brand-name specifications and the requirement for vendors to provide authorization to sell these products. These advanced laser systems are critical for enhancing the Navy's operational capabilities, necessitating compliance with federal regulations regarding shipping and business practices. Interested vendors should contact Mia Barela at maria.p.barela3.civ@us.navy.mil for further details, with a delivery timeline of 16 weeks from the order date to a designated government location in Norco, California.
    Digital Imaging Network Picture Archive and Communication System (DINPACS) Workflow Analysis and Training at Naval Medical Center Portsmouth
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for a firm fixed-price contract to provide non-personal services related to the Digital Imaging Network Picture Archive and Communication System (DINPACS) workflow analysis and training at the Naval Medical Center Portsmouth, Virginia. The contractor will be responsible for ensuring quality control of radiographic images, administering PACS, and providing training and technical support to medical staff, with a focus on maintaining a minimum of 98% system uptime. This procurement is critical for enhancing imaging technology services and improving patient care within the Radiology Department. Interested 8(a) participants must submit their proposals by April 14, 2025, and can direct inquiries to Benjamin Reichlin or Jacqueline M. Mendoza via their provided email addresses.
    59--PHOTO SENSOR, WB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure 248 units of a photo sensor under the presolicitation notice titled '59--PHOTO SENSOR, WB.' The procurement involves a specific National Stock Number (NSN 1H-5985-015995173-X3) and is intended for delivery to two locations: DLA Distribution in New Cumberland, PA, and DLA Distribution in Tracy, CA. This equipment is critical for military applications, and the government intends to negotiate with only one source due to the proprietary nature of the data required for its purchase or repair. Interested parties are encouraged to express their interest and capabilities within 45 days of the notice, with the primary contact for inquiries being Collin A. Browning at (717) 605-1667 or via email at COLLIN.BROWNING@NAVY.MIL.
    NAVAIR METCAL LABMASTER UNIVERSAL
    Buyer not available
    The Naval Surface Warfare Center (NSWC), part of the Department of Defense, is seeking sources for the procurement of a Pratt & Whitney Labmaster Universal and associated equipment for the Metrology and Calibration (METCAL) Program. This procurement aims to enhance the calibration of measurement tools critical for military operations, including gage blocks and pin gages, and requires specific components, accessories, and comprehensive documentation such as operator manuals and calibration certifications. Interested parties are invited to submit their technical capabilities by March 24, 2025, with responses directed to Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil, referencing Sources Sought Notice N6426725Q4090. The expected delivery period for the contract fulfillment is 360 days post-award, and a minimum one-year warranty is required for all units.
    DoD STTR 24.D Program BAA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 500 MHz Nuclear Magnetic Resonance Spectrometer. This equipment is typically used for physical properties testing and inspection. The procurement will be priced at the time of delivery order placement, with delivery FOB Destination. The contractor must provide documentation and certification of compliance with applicable specifications. The acquisition is under NAICS Code 334516 with a size standard of 1000. Payment will be made through Wide Area Workflow (WAWF) with Defense Finance and Accounting Service (DFAS). More information will be provided in the Request for Proposal (RFP) solicitation number N6893623R0009 to be posted on the beta.sam website. Interested parties must be registered in the System for Award Management (SAM) database. Written responses should be submitted to the listed points of contact within 15 days of this notice date.