Pentax Portable FEES Unit - Brand Name
ID: FA442725Q1043Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4427 60 CONS LGCTRAVIS AFB, CA, 94535-2632, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of a Pentax Portable Fiberoptic Endoscopic Evaluation of Swallowing (FEES) Unit at Travis Air Force Base in California. This brand-name requirement aims to enhance the capabilities of the Speech Pathology service and Ear Nose Throat (ENT) providers by enabling the assessment of swallowing and laryngeal function in medically fragile patients who cannot be safely transported. The contract will include the supply, installation, configuration, and training for 10 staff members, with a focus on technical capability and price during the evaluation process. Interested small businesses must submit their quotations by 1:00 PM PST on April 23, 2025, and can direct inquiries to SrA Nadine Umunyana at nadine.umunyana.1@us.af.mil or 707-424-7793.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines the guidelines for determining the responsibility of prospective contractors in federal procurements, as mandated by FAR 9.103. It emphasizes the necessity of making affirmative determinations of contractor responsibility before contract awards, focusing on ensuring that agencies engage only responsible contractors. Contractors must demonstrate financial stability, adherence to delivery schedules, a history of satisfactory performance, integrity, and the requisite skills and resources. The document specifies the information and documentation required from contractors, including financial statements, past performance records, and details about operational capabilities. It also highlights compliance with relevant laws and regulations. This guidance is crucial in the context of government RFPs, federal grants, and other contract awards, to safeguard the government's interests and ensure successful project execution by reliable suppliers.
    David Grant Medical Center at Travis Air Force Base requires a Pentax Portable Fiberoptic Endoscopic Evaluation of Swallowing (FEES) unit to assess swallowing and laryngeal function in medically fragile patients who cannot be safely transported. The device will primarily serve the Speech Pathology service, but will also be utilized by Ear Nose Throat (ENT) providers. The contract includes delivery, installation, configuration of the unit, and training for 10 staff members. Key specifications for the machine include the ability to record high-definition video and still images, playback functions, compatibility with existing Pentax equipment, a Digital Imaging and Communications in Medicine (DICOM) interface, and connectivity to Picture Archiving and Communication System (PACS) networks. The endoscope must feature a small diameter for patient comfort, HD video recording capability, and adjustable LED illumination. A mobile cart with a compact design and a 21” HD monitor will enable bedside examinations. Bright Labs Diagnostics, LLC, the vendor, is up-to-date on SAM.gov and free of exclusions, demonstrating reliability in providing medical equipment essential for effective diagnostics. This procurement aligns with federal RFP initiatives, underscoring the government's commitment to enhancing healthcare technology in military medical facilities.
    The document titled "Single Source Justification (Simplified Acquisition)" outlines a request to justify a single-source procurement approach within government acquisitions as of April 2021. It emphasizes compliance and adherence to federal regulations concerning simplified acquisition procedures. The justification is essential to explain why a particular supplier is deemed the only viable option for fulfilling specific government requirements. This is relevant in context to federal RFPs, grants, and local solicitations, highlighting transparency and accountability in government spending. The document indicates the necessity of presenting clear rationale to support this procurement decision, ensuring that such practices align with legal stipulations regarding competition, especially in scenarios that otherwise require a broader vendor search. The overall tone remains formal and objective, reflecting the procedural nature of government procurement processes.
    The Travis Air Force Base (TAFB) Security requirements outline stringent protocols for contractors seeking access to the closed installation. All contractors must undergo identity proofing and vetting, typically involving NCIC and CLETS checks, unless they hold a current government security clearance verified through JPAS. Acceptable identification forms include U.S. Passports, driver's licenses meeting REAL ID Act standards, and various government-issued IDs. The primary contractor is accountable for ensuring contractor compliance with federal employment laws, including not employing illegal aliens. Additional security measures include random screenings and specific disqualifying criteria for base access, such as prior convictions for serious offenses. Contractors must ensure all employees possess valid identification while on the base and adhere to entry regulations, including management of base passes and reporting personnel changes. During heightened security conditions, escorted access may be required. The document emphasizes contractors' responsibility for training in security practices and protecting sensitive information, along with cooperation with the installation's security protocols. Overall, TAFB maintains a comprehensive security framework to ensure a safe working environment on the installation and compliance with federal standards.
    The 60th Contracting Squadron at Travis Air Force Base is soliciting quotations for a Pentax Portable FEES Unit to establish a Firm Fixed Price contract. This Request for Quotation (RFQ) is reserved exclusively for small businesses, with a response deadline of April 23, 2025. All submissions must adhere to the Federal Acquisition Regulations and include the contractor's financial capability, technical specifications, and a statement of agreement with the solicitation terms. Evaluation of offers will consider technical capability and price, allowing the government to select proposals that provide the best value, even if they’re not the lowest-priced. Offerors must ensure active registration in the System for Award Management (SAM) and comply with numerous federal clauses regarding telecommunications, business conduct, and reporting requirements related to certain prohibited equipment. Key deliverables include the supply, training, and installation of the unit. The memorandum emphasizes the importance of technical capacity and timely submissions. Attachments provide necessary details for compliance and proposal submission.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    M26-016 Invenio S and Hyperion II Bruker
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotations for the procurement of a Bruker Invenio Fourier Transform Infrared Spectrometer and a Bruker Hyperion II FT-IR Microscope. The requirements include a benchtop FT-IR system with specific features for quantitative gaseous analysis and a microscope designed for advanced materials characterization, both necessitating dedicated computer hardware, initial supplies, and on-site installation and training for Air Force chemists. These instruments are critical for analytical laboratory functions, enhancing the capabilities for materials analysis and characterization within the Air Force. Interested vendors must submit their quotations by December 19, 2025, at 2:00 PM CST, preferably via email to Michael Chappell Jr. at michael.chappell.7@us.af.mil, and must be registered in SAM.gov to be eligible for contract award.
    Quickset Gimbal
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking quotes for a Quickset Gimbal system to be delivered and installed at Wright-Patterson Air Force Base, Ohio. This procurement is a 100% small business set-aside under NAICS code 334516, with the objective of acquiring a system that stabilizes and controls a collection of hyperspectral, multispectral, and high-speed remote sensing instruments, which are vital for educational purposes in Optical Engineering and Applied Physics courses. The selected vendor must meet specific technical requirements, including a minimum payload capacity of 1200 lbs and an IP67 environmental rating, with a contract period of performance of six weeks post-award. Quotes are due by December 19, 2025, at 1:00 PM EST, and interested parties should direct inquiries to Bryson Pennie and Linh Jameson via email before December 16, 2025.
    Cellular Enhancement System Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Cellular Enhancement System Services through a sole source justification. This procurement is aimed at maintaining, repairing, and rebuilding medical, dental, and veterinary equipment and supplies, which are critical for operational readiness and support at Travis Air Force Base in California. The justification for this sole source procurement indicates that the services are essential and available only from a specific provider, underscoring the importance of these services to the Air Force's mission. Interested parties can reach out to Ronald W. Aquino at ronaldwendell.aquino@us.af.mil or by phone at 707-424-7752, or contact Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further information.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Aviation Borescope
    Dept Of Defense
    The Department of Defense, specifically the Nebraska Army National Guard (NEARNG), is seeking quotes for the procurement of one Everest Mentor Flex borescope, as outlined in a combined synopsis and solicitation notice. The borescope must meet specific technical requirements, including dimensions, electrical specifications, and image resolution, and is essential for maintenance tasks as per the LUH-72 Turbomecha maintenance manual. Interested small businesses are encouraged to submit their quotes, with a deadline for submissions set for 10:00 a.m. on January 5, 2026, and questions due by 10:00 a.m. on December 22, 2025. For further inquiries, potential bidders can contact Patricia Lee-Smith at patricia.h.lee-smith.civ@army.mil or by phone at 402-309-8294.
    Notice of Intent to award a Sole Source Purchase Order for two (2) Microaire PAL-650 Handpieces at Travis AFB, CA.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source purchase order for two Microaire PAL-650 Handpieces at Travis Air Force Base, California. The 60th Medical Group requires these handpieces to complement their existing Microaire Power Assisted Liposuction equipment, as Microaire is the only manufacturer capable of supplying compatible handpieces for this specific system. This procurement is critical for maintaining the operational capabilities of the medical group, ensuring they can continue to provide necessary surgical services. For further inquiries, interested parties may contact Paula Rodriguez at paula.rodriguez.1@us.af.mil or by phone at 707-424-7773, or Roberto Escobedo at roberto.escobedo.1@us.af.mil or 707-424-7720.
    Self-Contained Breathing Apparatus (SCBA) Annual Testing
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, North Carolina, is soliciting quotes for the annual testing of Self-Contained Breathing Apparatus (SCBA) equipment. The procurement involves comprehensive flow testing services for MSA G1 SCBA packs, masks, RIT packs, and escape packs, ensuring compliance with NFPA 1852 standards to maintain the safety and operational readiness of critical firefighting equipment. This contract, valued at $19,500,000, includes a base year and four option years, with services scheduled to commence on January 1, 2026, and conclude on December 31, 2030. Interested vendors must submit their quotes via email to the designated contacts by the deadline of December 16, 2025.
    MFT 25-96 - DCC Surveillance System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.