Purchase of X-Ray Vault
ID: 70Z03825QK0000011Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

INSPECTION- AIRCRAFT COMPONENTS AND ACCESSORIES (H316)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking qualified contractors to procure and install an Aviation Radiography Exposure Room (X-ray vault) at the Elizabeth City base. This project aims to replace the existing facility at BLDG 97, which is scheduled for decommissioning, and includes requirements for compliance with radiation safety standards, installation of shielded barriers, and training for USCG personnel on the new equipment. The procurement process will follow a Combined Synopsis/Solicitation format, with the contract awarded to the lowest priced, technically acceptable offer, emphasizing adherence to federal regulations and quality assurance measures. Interested contractors should contact Jordan Ownley at samuel.j.ownley2@uscg.mil or Jackson Perry at Jackson.S.Perry@uscg.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The USCG Aviation Logistics Center (ALC) emphasizes environmental compliance and workplace safety for visitors and contractors at Base Elizabeth City (BEC). Key provisions include adherence to environmental regulations, proper handling of hazardous materials, and mandatory use of personal protective equipment (PPE). Visitors must not bring hazardous materials without approval and are responsible for their proper labeling, storage, and disposal. ALC prohibits discharges to storm drains and mandates proper wastewater management. Recycling is promoted and required for various materials. Safety measures include checking in and out, following road rules, and using PPE as necessary. The facility maintains high standards in environmental and safety management, with commitments to ISO standards. Emergency protocols for reporting spills, injuries, and hazards are clearly outlined. The document emphasizes accountability in maintaining a safe and compliant environment, essential for visitors working within ALC’s operations. Overall, ALC’s stringent safety and environmental protocols reflect compliance with federal, state, and local regulations, underpinning the importance of stewardship at the facility.
    The Statement of Work (SOW) outlines requirements for the United States Coast Guard (USCG) to procure and install an Aviation Radiography Exposure Room (X-ray exposure room) at the Elizabeth City base. This new facility will replace the existing one at BLDG 97, which is slated for decommissioning. Key specifications include compliance with radiation safety standards, installation of shielded barriers, and specific dimensions for the room. The contractor is responsible for installation, certification, and training of USCG personnel on the equipment, ensuring all work complies with safety, environmental, and occupational health regulations. The contractor is also tasked with providing qualified personnel and necessary equipment for the job, as well as a warranty for the installed system. Deliverables include installation certification and training records. The project is governed by strict inspection criteria and requires adherence to local laws and safety mandates. Successful completion will involve a comprehensive review by designated USCG technical personnel. This SOW highlights USCG’s commitment to enhancing its aviation maintenance capabilities while maintaining high safety standards.
    The document outlines the Combined Synopsis/Solicitation 70Z03825QK0000011 for the procurement of X-Ray Vaults, emphasizing that the lowest priced, technically acceptable offer will be awarded. Key evaluation criteria include technical acceptability—assessing the offeror's capacity to meet specifications and installation timelines—and pricing, which must detail the cost for one X-Ray Vault along with any quantity discounts. The solicitation specifies compliance with numerous federal regulations, including clauses that address affirmative action, child labor, and business operations in sensitive regions. It outlines general terms and provisions such as quality assurance measures, packaging and shipping instructions, and invoicing procedures. Contractors must ensure their products meet rigorous quality standards and adhere to procedural requirements during the contracting process. This solicitation exemplifies a government RFP aimed at acquiring necessary equipment while ensuring compliance with federal contracting regulations and standards.
    The document outlines a Request for Quotation (RFQ) for an X-Ray Exposure Room intended for the U.S. Coast Guard (USCG). It includes a schedule with line item descriptions, quantities, and pricing, where all items currently reflect a total of $0.00, suggesting that the prices need to be filled in by the bidding contractor. The RFQ requests several specifications, including lead time for delivery and installation, minimum shielding and radiation leakage ratings, interior dimensions of the proposed x-ray room, dimensions for a power sliding door, compatibility with the LORADLPX, and warranty details. Contractors are instructed to provide a model number and a specification sheet as part of their proposal. Additional charges or fees should be clearly stated, along with any payment discounts. The purpose of this RFQ is to gather competitive quotes for the X-Ray Exposure Room while ensuring compliance with safety and operational standards for USCG's needs.
    Lifecycle
    Title
    Type
    Purchase of X-Ray Vault
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    RECAPITALIZE RUNWAY 1-19 at U.S. COAST GUARD BASE ELIZABETH CITY, NC.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to recapitalize Runway 1-19 at the U.S. Coast Guard Base in Elizabeth City, North Carolina. The project involves design-build demolition and construction aimed at restoring the runway for operational use, including paving, installing new LED lighting systems, and ensuring compliance with FAA regulations and safety standards. This initiative is critical for maintaining operational efficiency and safety at the military installation, with a project budget estimated between $45 million and $55 million. Interested contractors must submit their proposals by March 14, 2025, and can direct inquiries to Clifford L. Hedgspeth Jr. at Clifford.L.Hedgspeth@uscg.mil or Sharan Lind at sharan.a.lind@uscg.mil.
    Base Elizabeth City Crane Inspection Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide crane inspection services at Base Elizabeth City in North Carolina. The procurement involves conducting annual inspections and weight testing for various lifting equipment, including cranes and vehicle lifts, to ensure compliance with safety and operational standards. This initiative is critical for maintaining the mechanical reliability and safety of equipment used by the Coast Guard, thereby supporting their operational effectiveness. Interested contractors must submit their quotes by March 18, 2025, and direct any inquiries to Tami Clark at tami.n.clark@uscg.mil, with a performance bond potentially required for the contract.
    Repair of Antenna Control
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair of antenna control units under the solicitation number 70Z03825QH0000043. The procurement involves the evaluation and repair of specific antenna control units, with a focus on ensuring compliance with airworthiness and OEM certifications, as well as providing necessary technical data and price quotations. This contract is crucial for maintaining the operational readiness of aviation equipment, which plays a vital role in the Coast Guard's mission. Interested contractors should direct inquiries to Shavon M. Smith at Shavon.M.Smith@uscg.mil or Camille Craft at Emma.C.Craft@uscg.mil, with proposals evaluated based on the lowest priced, technically acceptable criteria.
    USCGC DILIGENCE INSULATION PROJECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the USCGC Diligence Insulation Project, which involves insulation repairs on WMEC 210 and 270 vessels. The project requires contractors to adhere to detailed specifications for thermal insulation repairs, including the removal, preparation, and installation of insulation materials such as fiberglass and elastomeric foam, while ensuring compliance with safety and environmental regulations. This initiative is crucial for maintaining the operational efficiency and structural integrity of the vessels, thereby enhancing their performance and safety standards. Interested parties can contact Cornelius Claiborne at cornelius.N.claiborne@uscg.mil or Damon Jones at damon.d.jones@uscg.mil for further information regarding the procurement process.
    REPLACE BOILERS MAT BUILDING AT U.S. COAST GUARD, ANT NEW YORK, BAYONNE, NEW JERSEY, PSN 13920142
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the replacement of oil-fired boilers at the Maintenance Augmentation Team (MAT) Building located in Bayonne, New Jersey. The project involves removing existing boilers and a storage tank, and installing new natural gas-fired condensing boilers, with an estimated construction cost between $500,000 and $1,000,000. This initiative is crucial for enhancing energy efficiency and operational readiness at a vital Coast Guard facility, while also supporting small business participation through a total small business set-aside. Interested contractors must submit their bids by March 6, 2025, and are encouraged to attend a site visit on February 21, 2025, for further insights into the project requirements. For additional information, contractors may contact Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    USCGC Waesche Dual Point Davit Modify
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform modifications on the Dual Point Davit system of the USCGC Waesche at the U.S. Coast Guard Base in Alameda, California. The project entails biennial maintenance, inspections, and repairs scheduled from March 24, 2025, to May 2, 2025, including operational tests and compliance with the Surface Forces Logistics Center Standard Specification. This maintenance is crucial for ensuring the functionality and safety of the davit system, which is vital for the vessel's operations. Interested contractors should contact Kyler Fisk at KYLER.C.FISK@USCG.MIL or 949-288-1271, or Ulises Balmaceda at Ulises.O.Balmaceda@uscg.mil or 510-437-5438 for further details.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    Crane and forklift services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide crane and forklift services for the removal and installation of the MK15 Close-In Weapon System (CIWS) on the USCGC BERTHOLF at the Coast Guard Base in Alameda, California. The project requires a crane with a maximum outrigger load of 100 kips and a lifting capacity exceeding 30 tons, along with a forklift capable of lifting at least 20,000 lbs, operated by certified personnel during the operational period from March 17 to April 21, 2025. This procurement is critical for maintaining the operational schedule of the USCGC BERTHOLF, highlighting its significance to the Coast Guard's mission capabilities. Interested parties should contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or 510-437-5429, or Tyler Melton at Tyler.k.melton@uscg.mil or 510-437-5437 for further details.
    Dehumidifying Carts Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the repair of two inoperable Mobile Dehumidification Units (MDUs) located at Air Station Miami. The procurement involves essential repairs and modernizations to the control boxes of the units, which include components such as control panels, heaters, and circuit breakers, with the aim of restoring them to full operational capability. This initiative underscores the importance of maintaining essential equipment for aircraft maintenance operations, ensuring compliance with federal, state, and local regulations throughout the repair process. Interested contractors should submit firm-fixed price quotes that encompass all costs, including shipping and labor, and are encouraged to contact Jordan Ownley at samuel.j.ownley2@uscg.mil or Jackson Perry at Jackson.S.Perry@uscg.mil for further details.
    Housing, Mech Drive
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified contractors to provide housing mechanical drive components under a combined synopsis/solicitation notice. The procurement focuses on acquiring newly manufactured items that meet specific technical standards, with evaluation criteria emphasizing technical acceptability, delivery schedules, and pricing. These components are critical for the operation and maintenance of U.S. Coast Guard aircraft, ensuring their reliability and safety in various missions. Interested parties should contact Kristen Allen at Kristen.L.Allen3@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil for further details and to ensure compliance with the outlined terms and conditions, which include quality assurance and cybersecurity requirements.