ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

2-Step Multiview Positioning Platform for Carl R. Darnall Army Medical Center (CRDAMC), Fort Hood, TX

DEPT OF DEFENSE W81K0026QA074
Response Deadline
Mar 2, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense is soliciting quotes for the procurement of four 2-Step Multiview Positioning Platforms for the Carl R. Darnall Army Medical Center (CRDAMC) Radiology Department located at Fort Hood, Texas. The platforms are required to support optimal patient positioning for imaging procedures in conjunction with GE XR650 and GE AMX700 systems, featuring a minimum weight capacity of 500 pounds, integrated grab bars for safety, and mobility through built-in casters, all while being constructed from non-porous materials for easy sanitation. This acquisition is set aside for small businesses, specifically Women-Owned Small Businesses (WOSB), and requires submissions in three volumes by March 2, 2026, with awards based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can reach out to Elliott Boice at elliott.r.boice2.mil@health.mil or by phone at 254-287-4028 for further details.

Classification Codes

NAICS Code
334510
Electromedical and Electrotherapeutic Apparatus Manufacturing
PSC Code
6515
MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES

Solicitation Documents

2 Files
Solicitation - W81K0026QA074 Professional Appearance.pdf
PDF3257 KBFeb 18, 2026
AI Summary
This government solicitation, W81K0026QA074, is an Request for Quote (RFQ) for four 2-Step Multiview Positioning Platforms for the CRDAMC Radiology Department, issued as a Women-Owned Small Business (WOSB) set-aside. The acquisition is conducted under FAR Part 12 and 13, emphasizing commercial products and simplified procedures. Offerors must submit quotes electronically in three volumes: Administrative, Salient Characteristics, and Price, by March 2, 2026. Award will be based on the Lowest Price Technically Acceptable (LPTA) method, with technical acceptability of salient characteristics being paramount. The document includes detailed clauses for item unique identification, payment instructions via Wide Area WorkFlow (WAWF), and various other FAR and DFARS clauses applicable to federal contracts.
2-Step Salient Characteristics.pdf
PDF64 KBFeb 18, 2026
AI Summary
The provided document outlines the technical specifications for equipment required to be compatible with GE XR650 and GE AMX700 imaging systems. Key requirements include a minimum weight capacity of 500 lbs., design features that minimize patient repositioning, and four or more imaging panel placement locations for versatility. For patient safety, the equipment must have at least two integrated grab bars. Mobility is ensured by integrated casters, and the material composition must be non-porous for easy cleaning. The specified dimensions are approximately 30.5” (Width) x 31.5” (Length) x 49.5” (Height). These specifications are crucial for ensuring seamless integration, optimal performance, patient comfort, and safety within a clinical environment, likely for a federal or state RFP.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 18, 2026
deadlineResponse DeadlineMar 2, 2026
expiryArchive DateMar 17, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W40M MRC0 WEST

Point of Contact

Place of Performance

Fort Hood, Texas, UNITED STATES

Official Sources