Sole Source Special Notice for Maintenance and Service, Including all Parts and Labor, for one Rapiscan Systems Gemini X-ray System used in DOT’s Security-Screening-Process in D. C. Buildings
ID: 693JK425R500003Type: Special Notice
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFOFFICE OF THE SECRETARY693JK4 OSTWASHINGTON, DC, 20590, USA

NAICS

Security Systems Services (except Locksmiths) (561621)

PSC

EQUIPMENT AND MATERIALS TESTING- MAINTENANCE AND REPAIR SHOP EQUIPMENT (H249)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 15, 2025, 12:00 AM UTC
  3. 3
    Due Apr 26, 2025, 3:59 AM UTC
Description

The Department of Transportation (DOT) intends to award a sole-source contract to Rapiscan Systems, Inc. for the maintenance and service of a Gemini X-ray system utilized in the security screening process at DOT Headquarters in Washington, D.C. This contract will cover all necessary parts and labor, with an estimated annual value of approximately $10,600, and is expected to span from April 1, 2025, to March 31, 2030. The Gemini X-ray system employs proprietary Z-Backscatter technology, which is critical for detecting low atomic number materials that may pose security threats, necessitating that only certified personnel perform maintenance to avoid warranty voids and ensure safety. Interested parties may submit a Statement of Qualifications to challenge the sole-source decision by April 25, 2025, and should direct inquiries to James Mowery at james.mowery@dot.gov.

Point(s) of Contact
Files
Title
Posted
Amendment No. 1 to Sole Source Special Notice No. 693JK425R500003 serves to confirm Rapiscan Systems, Inc., based in Torrance, California, as the incumbent contractor. This document solidifies Rapiscan's ongoing role regarding the specific government contract referenced. The amendment reflects routine administrative actions in government procurement processes, indicating that no new contractor will be introduced and emphasizing the continuity of services provided by Rapiscan. This context underscores the importance of established contractor relationships in federal contracting, particularly in specialized areas that may require specific expertise or technology. The notice aligns with federal guidelines for sole-source contracting, which allows for direct awards under certain circumstances when only one source is deemed suitable for the requirements at hand.
Apr 15, 2025, 1:05 PM UTC
The U.S. Department of Transportation (DOT) is issuing a Sole-Source Special Notice to contract Rapiscan Systems, Inc. for maintenance and service of a Gemini X-ray system used for security screening at DOT Headquarters in Washington, D.C. The intended contract, valued at approximately $10,600 annually, will span from April 1, 2025, to March 31, 2030. Rapiscan is uniquely qualified due to its proprietary technology, Z-Backscatter, which detects low atomic number materials relevant for security threats, and only certified personnel can service the system without voiding warranties or risking safety. The DOT's extensive search for alternatives confirmed that Rapiscan is the sole provider capable of this maintenance. Other companies may submit a Statement of Qualifications for consideration by April 25, 2025, to challenge the sole-source decision. This notice emphasizes compliance with safety protocols and the critical need for specialized knowledge in operating such sensitive systems.
Similar Opportunities
Sole Source Special Notice for a Purchase Order for Point Security Inc. to Provide Maintenance and Service for Smiths Detection X-Ray Security-Screening Systems at DOT
Buyer not available
The U.S. Department of Transportation (DOT) is issuing a sole-source special notice to award a contract to Point Security, Inc. for the maintenance and service of two Smiths Detection 6046si X-ray systems utilized in security screening at DOT Headquarters in Washington, D.C. The contractor must be certified by Smiths Detection to ensure proper maintenance and service, as the systems contain high voltage components that require specially trained personnel to prevent damage and ensure safety compliance. The estimated contract value is approximately $10,500 per year, with a performance period from October 1, 2024, through September 30, 2029. Interested firms that believe they can meet the qualifications must submit a Statement of Qualifications via email to the designated contacts by April 23, 2025.
Xray System
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is soliciting quotes for the procurement of a HI-SCAN 6040C X-Ray Inspection System, with a firm fixed-price contract to be awarded based on the lowest price technically acceptable. The contract requires the contractor to provide all necessary engineering, labor, materials, and equipment for the installation of the new X-ray machine, which must meet specific technical specifications, including a 160kV generator and advanced imaging functions, while also ensuring compliance with local, state, and federal regulations. This procurement is critical for maintaining operational efficiency and safety standards within the facility, emphasizing the importance of timely installation and ongoing maintenance, including a five-year warranty and annual checks. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Deborah Sharpe or Steph Gray via their provided email addresses, with the solicitation effective from April 25, 2025, and delivery required by May 2, 2025.
NOTICE OF INTENET TO SOLICIT ONLY ONE SOURCE FOR A SERVICE AGREEMENT ON A GOVERNMENT OWNED BRUKER AXS LLC D8 XRAY DIFFRACTION SYSTEM
Buyer not available
The Department of Defense, specifically the Army, intends to solicit a service agreement exclusively from Bruker AXS LLC for the maintenance of a government-owned D8 X-ray Diffraction System at Aberdeen Proving Ground, Maryland. This procurement is limited to a single source due to the specialized nature of the services required, which are critical for the operational integrity of the X-ray system. The contract will be structured as a firm-fixed price agreement, covering a base year with two optional renewal years, and is governed by various federal regulations to ensure compliance and security. Interested parties can reach out to Nyshaun Greene at nyshaun.s.greene.civ@army.mil or Zachary Dowling at zachary.a.dowling2.civ@army.mil for further details, with responses required within five days of the posting date.
DLA Aviation Computed Tomography System
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for a turn-key, state-of-the-art 7-axis digital radiography computed tomography system under solicitation number SP4703-25-R-0007. The system must meet specific technical requirements, including the ability to scan objects up to 60 inches in diameter and length, and must incorporate advanced imaging capabilities, such as a microfocus x-ray tube and automated control systems. This procurement is crucial for enhancing the DLA's metrology lab, thereby improving quality assurance and safety measures within military logistics. Proposals are due by May 16, 2025, at 2:00 PM EST, and interested contractors must be registered in the System for Award Management (SAM) prior to submission; inquiries should be directed to Allison Douglewicz at allison.douglewicz@dla.mil.
J--Rigaku Ultima III X-Ray Diffractometer and Rigaku ZSX Primus II WDXRF Spectrome
Buyer not available
The Department of Energy's National Energy Technology Laboratory (NETL) intends to award a sole source contract to Rigaku Americas Holding, Inc. for annual service agreements related to the Rigaku Ultima III X-Ray Diffractometer and Rigaku ZSX Primus II WDXRF Spectrometer for the period of June 1, 2025, to May 31, 2026. This procurement is essential to ensure priority and expedited repair services for these critical laboratory instruments, which require exact replacement parts and proprietary service procedures that only the original equipment manufacturer can provide. Interested parties who believe they can meet the requirements must submit written evidence of their capabilities to the Contract Specialist, Anissa Beasinger, via email by 3:00 PM ET on May 7, 2025, as this notice is not a request for proposals and the government will determine whether to pursue competitive procurement based on the responses received.
Communications Security Equipment
Buyer not available
The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking to procure communications security equipment through a non-competitive contract with General Dynamic Mission Systems. The primary objective of this procurement is to upgrade thirteen KG-175F TACLANE FLEX devices in accordance with the NSA Cryptologic Modernization Phase 2 (CM2) COMSEC office requirements. These devices are critical for ensuring secure communications within the TSA's operations. Interested vendors may express their interest and capability to respond to this requirement, although this notice does not constitute a request for competitive proposals. For further inquiries or potential subcontracting opportunities, interested parties should contact General Dynamic Mission Systems directly.
Notice of Intent to Sole Source Technical Support, Maintenance, Training, and Component Upgrades for the 3dMD Temporal 10 Hz 3dMD 18.t Full Body Dynamic High Resolution Scanner
Buyer not available
The Department of Defense, specifically the Marine Corps Systems Command (MARCORSYSCOM), intends to award a Firm Fixed-Price contract to 3dMD, LLC for technical support, maintenance, training, and component upgrades for the 3dMD Temporal 10 Hz full body dynamic high-resolution scanner. This procurement is crucial for ensuring the operational readiness and functionality of the proprietary scanning technology, which plays a significant role in various military applications. The contract is expected to be awarded in the first quarter of Fiscal Year 2026, with a total performance period of approximately 60 months, and interested parties are invited to submit capability statements to Ms. Naydeen Christian at naydeen.christian1@usmc.mil within five calendar days of the notice publication. Please note that this notice is not a request for competitive proposals, and all submissions will become government property.
NOTICE OF INTENT TO SOLE SOURCE -- Standard Service Contract Subscription for maintenance of a Government-owned Rigaku MicroMax 007 HFM X-ray generator and integrated Haskris WW2 water chiller
Buyer not available
The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking to award a sole-source contract for a three-year Standard Service Contract Subscription for the maintenance of a Government-owned Rigaku MicroMax 007 HFM X-ray generator and an integrated Haskris WW2 water chiller. The contract, numbered W911QX-25-Q-0096, will be awarded to Rigaku Americas Corporation, emphasizing the importance of maintaining specialized equipment critical for research and development operations within national defense initiatives. Interested parties should note that responses are due five business days after posting, with the expected contract start date set for May 1, 2025. For further inquiries, contact Melissa M Murphy at melissa.m.murphy20.civ@army.mil or Thomas Jurgens at thomas.c.jurgens.ctr@army.mil.
Notice of Intent to Award Sole Source - Universal Currency Authentication Sensor 3 (UCAS3) and GemVision Currency Sensor (UCAS3) Sensors
Buyer not available
The Bureau of Engraving and Printing (BEP) intends to award a sole source contract to Authentix, Inc. for the procurement of six Universal Currency Authentication Sensor 3 (UCAS3) and six GemVision Currency Sensor (GVCS) sensors. This procurement is essential for ensuring the integrity and reliability of currency authentication processes, as these sensors are critical for the agency's operations. The contract will be awarded on a noncompetitive basis under the authority of 41 U.S.C. 3304(a)(1), and interested parties who believe they can meet the requirements are invited to submit their capabilities by May 16, 2025. Responses must be sent via email to Naweed Nezam and Jeremy Boggs, and all interested entities must be registered in the System for Award Management (SAM) to be considered.
FUJIFILM NDT SYSTEMS MICRON COMPUTED RADIOGRAPHY SYSTEM
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for the procurement of a FUJIFILM NDT Systems Micron Computed Radiography System. The contract requires the provision, installation, and training for this industrial X-ray equipment, with a focus on ensuring compliance with local regulations and safety standards. This equipment is critical for enhancing the operational capabilities of the ALC, which underscores the importance of high-quality imaging systems in maintaining safety and efficiency within governmental operations. Interested vendors must submit their quotations by April 21, 2025, with an anticipated award date around April 24, 2025; for inquiries, contact Stacey M. Riggs at stacey.m.riggs@uscg.mil.