High Energy X-ray and Imaging System (HEXIS) biannual maintenance 2025
ID: PANMCC25P0000012471Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-YUMA PROV GRDYUMA PROVING GROUND, AZ, 85365-9498, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Yuma Proving Ground, is conducting market research for biannual maintenance and support of the High Energy X-ray and Imaging System (HEXIS). The procurement aims to ensure the operational efficiency of the HEXIS, which includes advanced imaging technology and requires a contractor knowledgeable in its specific systems and software for regular maintenance, calibration, and emergency repairs. This contract is crucial for maintaining the imaging capabilities essential for defense operations, with a focus on compliance with federal safety regulations and quality control standards. Interested parties can contact Damaris Castillo at damaris.i.castillo.civ@army.mil or by phone at 928-328-2845 for further information.

Files
Title
Posted
Mar 27, 2025, 5:05 PM UTC
The document outlines the Performance Work Statement (PWS) for a non-personal service contract focused on maintaining the High Energy X-ray Imaging System (HEXIS) at the US Army's Yuma Proving Ground. Key responsibilities of the Contractor include biannual maintenance, calibration of the M6A Linatron and associated systems, and ensuring operational efficiency. The HEXIS integrates sophisticated imaging technology, which the Contractor is expected to support through scheduled maintenance visits, remote troubleshooting, and detailed reporting of services performed. Safety and compliance with federal regulations, including personnel security checks and safety training, are emphasized throughout the PWS. The Contractor will be held to stringent quality control standards, monitored through a Quality Assurance Surveillance Plan (QASP), ensuring compliance with performance objectives and service delivery. Deliverables specified in the contract include maintenance reports, safety notifications, and training completion documentation. This contract signifies the Government's commitment to preserving advanced imaging capabilities vital for defense operations while adhering to strict safety and regulatory standards.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Radiographic Test System
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking to acquire a new Radiographic X-ray Test System for the Electronic Product Test Center in Columbus, Ohio, to replace its aging Cheetah X-Ray system. The new system is required to enhance operational efficiency in non-destructive testing of semiconductors and microcircuits, featuring specifications such as a 160kV maximum electron tube, automated x-ray calibration, and adjustable field of view, along with installation and training for personnel. This procurement is critical for modernizing essential testing equipment within government agencies, with delivery expected within 120 days of contract award. Interested contractors should contact Blair Hartley at Blair.Hartley@dla.mil or call 614-692-6274 for further details.
Portable Analytical Instruments Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Center of Excellence (MEDCoE), is seeking sources for a contract to provide extended warranty and maintenance support for Thermo Scientific's First Defender RMX and TruDefender systems. The primary objective of this procurement is to ensure operational readiness of laboratory analyzers used in training programs for military personnel, with the contract structured as a non-personal services agreement that includes a base year and an optional additional year of performance. This maintenance support is critical for the effective functioning of analytical equipment essential for military operations. Interested businesses are encouraged to respond to the Sources Sought Notice by May 6, 2025, and should direct inquiries to Tanisha Bush at tanisha.a.bush.civ@army.mil or Angelic Hatcher at angelic.m.hatcher.civ@mail.mil.
Hyperspectral Imaging System Purchase
Buyer not available
The Department of Defense, specifically the Engineer Research and Development Center (ERDC) Cold Regions Research and Engineering Laboratory (CRREL), is seeking quotes for the purchase of a hyperspectral imaging system with shortwave-infrared capabilities, to be delivered to Hanover, New Hampshire. This procurement aims to acquire a single system essential for conducting sub-surface soil studies in extreme environmental conditions, requiring specifications such as a shortwave infrared range of 1.0 – 2.5 micrometers and an operating temperature range of -20 to +40 degrees Celsius. The selected vendor will be awarded a purchase order based on the lowest priced, technically acceptable offer, with all submissions due electronically by May 7, 2025. Interested small businesses must be registered in the System for Award Management (SAM) and can direct inquiries to William Rawe or Kim Roberson via their provided email addresses.
Yearly Preventative Maintenance and Radiation Safety Survey of Creative Electron X-ray Machine.
Buyer not available
The Department of Homeland Security, specifically the United States Secret Service (USSS), is seeking qualified vendors for the annual preventative maintenance and radiation safety survey of a Creative Electron X-ray machine at the National Computer Forensics Institute (NCFI) Lab in Tulsa, Oklahoma. The procurement aims to ensure compliance with federal regulations and maintain the safe operation of the X-ray machine, which is critical for the USSS's forensic operations. Key tasks include measuring radiation leakage, inspecting safety interlocks, and documenting maintenance activities, with the contract structured as a Firm Fixed Price for a base period and four option years. Interested parties must demonstrate over five years of relevant experience and submit their responses by May 7, 2025, to the designated contacts, LorieAnne Kliewer and Matthew Sutton, at their respective email addresses.
UNCREWED AIRCRAFT SYSTEMS INSTRUCTION, MAINTENANCE & MISSION SUPPORT (UAS-IMMS)
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Orlando, is seeking industry partners to provide Uncrewed Aircraft Systems Instruction, Maintenance, and Mission Support (UAS-IMMS) services at Fort Huachuca, Arizona. The procurement aims to gather information on industry capabilities and experiences related to UAS instruction and maintenance, which are critical for supporting the Army Aviation Center of Excellence's training requirements. This opportunity is vital for enhancing military readiness through proficient logistical support and quality maintenance of UAS, ensuring compliance with stringent performance standards and operational readiness. Interested parties should direct their inquiries to Kimberly Skinner at kimberly.c.skinner.civ@army.mil or David Hagler at david.a.hagler.civ@army.mil, with responses to the Sources Sought Notice due by the specified deadline.
NDT Modernization
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
Astrophysics X-Ray Scanner Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, intends to award a single-source contract for the maintenance of Astrophysics X-Ray Scanners at the Stratton Air National Guard Base in Scotia, New York. The contract will cover a base period plus four option years, requiring the contractor to provide all necessary management, tools, supplies, equipment, and labor to service and maintain the Astrophysics Inspection System, ensuring optimal functionality and compliance with safety standards. This procurement is critical as it involves specialized equipment essential for security and inspection operations at the base, with the contract award anticipated around May 25, 2025. Interested parties may submit capability statements or proposals by May 2, 2025, and should direct inquiries to CMSgt Nicholas Bastiani at 518-344-2513 or via email at 109.AW.FAL.MSC.Contracting@us.af.mil.
Electronic Security Systems (ESS) Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide maintenance and repair services for Electronic Security Systems (ESS) at Fort Cavazos, Texas, under solicitation number W91151-25-Q-A018. The contract will be a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, focusing on the upkeep of the Integrated Commercial Intrusion Detection System (ICIDS), ensuring operational readiness and compliance with security protocols. This initiative underscores the critical importance of maintaining effective security measures at military installations, with a performance period extending from June 18, 2025, to June 17, 2030. Interested vendors must be DAQ ICIDS Certified VARs and are encouraged to contact Winston O. Franks at winston.o.franks.civ@army.mil for further details and submission guidelines.
White Sands Missile Range (WSMR) Repair Vehicle Exhaust System, BLDG 23480
Buyer not available
The Department of Defense, through the Mission Installation and Contracting Command (MICC) at Fort Bliss, intends to award a contract for the repair of the vehicle exhaust system at Building 23480, White Sands Missile Range, New Mexico. The project requires the contractor to provide all necessary labor, materials, and supervision to replace components of the existing exhaust system, ensuring effective extraction of vehicle fumes, with a performance period not to exceed 60 days after the Notice to Proceed. This initiative is crucial for maintaining safety and operational efficiency at the missile range, adhering to federal, state, and local standards, and is set aside 100% for HUBZone Small Businesses, with a project magnitude estimated between $100,000 and $250,000. Interested contractors should contact Jakeb James at jakeb.i.james.civ@army.mil or Franklin Godinez at franklin.godinez2.civ@army.mil for further details, and must be registered in the System for Award Management (SAM) to submit bids, with the solicitation expected to be issued in the near future.
Purchase of a Mobility Enhanced Spectrum Analyzer (MESA) and DopeScope
Buyer not available
The Department of Defense, specifically the Army Counterintelligence Service, is soliciting bids for the purchase of a Mobility Enhanced Spectrum Analyzer (MESA 2.0) and Dopescope, which are critical for technical surveillance countermeasures. The procurement requires brand-name equipment from Research Electronics International (REI) to meet stringent military performance standards, including advanced features for frequency data analysis and RF detection capabilities. This equipment is essential for various applications, such as eavesdropping detection and RF emissions analysis, ensuring the security and integrity of military communications. Interested small businesses must submit their quotes by the specified deadline, with the contract expected to be awarded based on the lowest priced technically acceptable offer. For inquiries, contact Arnold H. Singleton at arnold.singleton@us.af.mil or call 586-239-5917.