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
    Description

    The Department of Defense, specifically the U.S. Army Mission and Installation Contracting Command at Yuma Proving Ground, intends to negotiate a noncompetitive Firm-Fixed-Price contract for the biannual maintenance, calibration, support, and emergency repairs of the High Energy X-ray and Imaging System (HEXIS). The contract will be awarded to V.J. Technologies, Inc., the Original Equipment Manufacturer (OEM), which holds proprietary rights to the system's hardware and software, ensuring that only they can provide the necessary maintenance and replacement parts. This procurement is critical for maintaining the operational integrity of the HEXIS system, which plays a vital role in the Army's metrology and simulation efforts. Interested firms that believe they can meet these requirements must demonstrate their technical capabilities by July 9, 2025, at 12:00 PM MST, and direct inquiries to Damaris Castillo at damaris.i.castillo.civ@army.mil or Amanda Ramirez at amanda.m.ramirez24.civ@army.mil.

    Files
    Title
    Posted
    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.
    Similar Opportunities
    Equipment Calibration and Software/Hardware Service Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    INCA Microscope Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Gordon, Georgia, intends to negotiate a sole-source contract for the maintenance of INCA microscopes with Oxford Instruments America Inc. This procurement involves the repair and maintenance of specific models, including the Aztec Live Auto / Ultim Max 65 and INCA mics/x-stream, which are critical for laboratory operations. The government plans to proceed under Simplified Acquisition Procedures, with a deadline for interested parties to submit evidence of competitive capability by 0800 EST on December 15, 2025. For further inquiries, interested parties may contact Martina C. Bond at martina.bond.civ@army.mil or Tia Harris at tia.j.harris.civ@army.mil.
    J065--Varian Hardware & Software Full-scale PMI for ARIA & Eclipse Systems
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a service contract to provide comprehensive support for Varian hardware and software, specifically for the ARIA and Eclipse systems, at the Veterans Affairs Medical Center in Los Angeles, CA. The contract aims to ensure optimal performance and reliability of critical Linear Accelerator (LINAC) systems, which are vital for delivering high-quality radiation oncology treatments to veterans. This procurement includes a base period from March 25, 2026, to March 24, 2027, with four additional one-year options, and proposals are due by December 29, 2025, at 17:00 MST. Interested parties should direct inquiries and submissions to Contract Specialists Jamie Elbedawi and Kyle Cipra via email, adhering to the specified guidelines and deadlines.
    6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of high-tech medical equipment (HTME) with extended installation services, specifically for the September 2025 Consolidation project. This opportunity includes turnkey services for various medical imaging systems, such as Radiographic/Fluoroscopic (R/F), Computed Tomography (CT), and Nuclear Medicine SPECT/CT systems, which are essential for enhancing diagnostic capabilities and patient care within VA facilities. Interested vendors must adhere to strict submission guidelines and deadlines, with proposals due by March 11, 2026, and inquiries directed to the contracting officer, Michael J Kuchyak, at michael.kuchyak@va.gov.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    NDT Modernization
    Dept Of Defense
    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.
    Sole Source Verdi G5 Laser-Diode System
    Dept Of Defense
    The Department of Defense, specifically the Army's Tactical Network Assurance Branch, is seeking to procure a Sole Source Verdi G5 Laser-Diode System, which includes a water riser and chiller, through a Request for Quote (RFQ) W911QX-26-Q-A004. This procurement is classified under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing) and is intended to be solicited from a single source, emphasizing the system's critical role in supporting the Army Research Laboratory's operations in Adelphi, Maryland. Proposals are due five days after the posting date, with evaluations based on price, technical specifications, and past performance, and the contract is expected to be awarded to the most advantageous offer. Interested parties should direct inquiries to Keturah Moore at keturah.l.moore.civ@army.mil or Alexander Cheatham at alexander.k.cheatham.civ@army.mil, with delivery required within six months of contract award.
    MERIDIAN IV MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting a sole-source contract for the maintenance of the Meridian IV Microscope and associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an updated closing date of December 15, 2025, at 4:00 PM Eastern Time, and interested vendors must submit their offers via email to Cierra Vaughn at cierra.n.vaughn2.civ@us.navy.mil, ensuring they are registered in the System for Award Management (SAM).
    67--PROJECTOR LASER HD, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure repair services for the Projector Laser HD, with a focus on the modification of this equipment. The procurement involves a quantity of 13 units of the National Stock Number (NSN) 7H-6730-017245132, and the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources. This equipment is critical for photographic projection applications within military operations. Interested parties are encouraged to contact Julie Smith at NAVSUP Weapon Systems Support for further details, with proposals due within 45 days of the notice publication. The procurement will be conducted under the authority of FAR 6.302-1, and all responsible sources may submit their interest and capability statements.
    Altair HyperWorks Software Maintenance - J&A Redaction
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a non-competitive Firm Fixed Price (FFP) contract to Altair Engineering, Inc. for software maintenance services related to the Altair HyperWorks software. This procurement is essential for the Ground Vehicle Systems Center (GVSC) engineers, as the software is critical for designing and simulating military vehicle systems and components, thereby supporting vital mission requirements. The estimated contract value is $615,636.00, funded by Research, Development, Test and Evaluation (RDT&E) Fiscal Year 2023 funding, with the justification for a sole-source award stemming from the proprietary nature of the software and the potential costs and productivity losses associated with switching to an alternative system. Interested parties can reach out to Asoma A. Al Najjar at asoma.a.alnajjar.civ@army.mil or Jeffrey B. Yeager at jeffrey.b.yeager2.civ@army.mil for further inquiries.