X-Ray/Computed Tomography System
ID: W911N2-25-R-0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement of a 2D Digital Radiography/Computed Tomography (CT) system intended for use at the Letterkenny Army Depot in Pennsylvania. The contract requires the delivery of one CT X-Ray system that meets stringent technical specifications and operational standards, including compliance with safety and security protocols. This advanced imaging system is crucial for non-destructive evaluation of circuit card components, ensuring quality and reliability in military operations. Proposals must be submitted by 2:00 PM EST on January 27, 2025, with all inquiries directed to Velma White at velma.e.white2.civ@army.mil or Thomas C. Hall at thomas.c.hall111.civ@army.mil. The contract will be awarded based on technical capabilities, past performance, and pricing, with a firm fixed-price structure.

    Files
    Title
    Posted
    The document is a Contract Data Requirements List (CDRL) associated with an Army contract for an X-Ray/Computed Tomography System. It outlines the requirements for contractor personnel to complete specific training courses related to security awareness, including Anti-Terrorism Level I, iWatch, and Operations Security (OPSEC) Awareness Training. Contractors and subcontractors are mandated to submit completion certificates for these trainings within designated timelines, ensuring all employees have the necessary security awareness to operate within Army-controlled areas. The CDRL provides detailed instructions on how to complete the form and specifies categorization of data items required for compliance with the contract. Overall, the document emphasizes the importance of workforce training and data submission protocols for contractors engaged with government contracts, in alignment with security regulations.
    The document outlines the Contract Data Requirements List (CDRL) for a government contract relating to the acquisition of an X-Ray/Computed Tomography System. It specifies the data item number, title, and relevant details about warranty requirements and responsibilities of the contractor once the equipment has been accepted. The warranty must include contact information, coverage details, and procedures to claim warranty issues, effective immediately after equipment acceptance. The CDRL also includes sections for submitting and approving data items, distribution requirements, and pricing categories, which classify data related to the contractor's obligations. It details four specific groups for data pricing based on their relevance to the main contract tasks, ensuring that costs are aligned with governmental compliance requirements. Overall, the document serves as a guideline for both the contractor and government personnel in managing the contractual data requirements efficiently, supporting transparency and adherence to military standards in contract execution.
    The document is a Contract Data Requirements List (CDRL) for an X-Ray/Computed Tomography System, detailing the requirements for technical data package submissions by the contractor. It outlines the data items to be provided, including operator instruction manuals, maintenance service manuals, and parts listings in both paper and CD formats. The document specifies various elements like the contract line item number, authority, distribution statements, and the frequency of data submissions. It encourages contractors to follow particular pricing groups based on the data's necessity and their efforts to meet government standards. The intent of the CDRL is to ensure compliance with specifications and requirements related to the acquisition of technical data necessary for the effective use and maintenance of the system. The structured format facilitates government oversight and coordination with contracting parties, emphasizing the importance of timely and accurate data delivery.
    The document outlines the Contract Data Requirements List (CDRL), focusing on a specific data item related to the procurement of an X-Ray/Computed Tomography System. It specifies critical information necessary for compliance and testing, including a repeat accuracy test to be conducted by the contractor upon installation, comparing initial factory performance against on-site results. The contractor is responsible for developing appropriate testing procedures, with materials provided by the Government. Key sections include details on submission frequencies, distribution statements, and the requirement for approval of testing procedures. The document also outlines the categorization of data items, methods for determining estimated costs based on the necessity and complexity of the data requirements, and the administrative protocol for completion and approval of the form. This framework ensures accountability and adherence to specifications, which is vital for contractors working under federal guidelines or grants. Ultimately, the CDRL serves to streamline data submission processes and enhance oversight of data-related deliverables in government contracts.
    The document is a solicitation for the acquisition of a 2D Digital Radiography (X-ray) and Computed Tomography (CT) system, referenced as W911N225R0010, issued by the Letterkenny Army Depot. It outlines key specifications, questions and answers addressing operational criteria, contractor responsibilities, and final acceptance terms. The contractor must deliver a compliant system within nine months after contract award, with inspections conducted by the Government upon delivery. Payment is structured as 100% upon final acceptance of the system. Key evaluation factors include technical capabilities, past performance, and pricing, where the technical aspect holds the most weight in determining award eligibility. Specific requirements demand high operational standards, such as meeting OSHA regulations and offering robust service technician support within the U.S. Contract clauses related to telecommunications, performance assessments, and federal compliance obligations are also integrated. The document emphasizes the Government's commitment to acquiring necessary advanced technology while ensuring quality standards and compliance with federal regulations, supporting its broader operational objectives.
    The document outlines the request for purchase of a 2D Digital Radiography (X-Ray) and Computed Tomography (CT) inspection system by the Production Engineering Division for installation at Letterkenny Army Depot (LEAD). The system must facilitate precise non-destructive inspections of various components and adhere to OEM specifications, requiring contractor installation, operation, maintenance manuals, training, and troubleshooting. Key installation criteria include compliance with security and safety protocols, including mandatory awareness training for contractor employees and adherence to local and federal environmental regulations. The contractor is responsible for equipment delivery, setup, calibration, and providing technical training for operators, with a focus on energy efficiency. The specifications detail equipment requirements, emphasizing the need for commercially available products, operational safety features, and robust software capabilities for imaging and analysis. Successive demonstrations of the system's characteristics related to scanning capabilities, accuracy, and operational integration with existing systems are mandatory. Final acceptance of the equipment is contingent upon successful completion of operational tests and a warranty covering parts and services. The proposal must clearly align with the document’s rigorous adherence to safety, environmental, and operational guidelines, reflecting the government’s detailed procurement process and commitment to secure and effective operational enhancements at LEAD.
    The document appears to be a collection or dataset related to federal government RFPs (Requests for Proposals), federal grants, and local/state RFPs. However, the content is obscured and largely unintelligible due to encoding issues, making it impossible to extract meaningful context or detailed information. Typically, such documents serve the purpose of soliciting proposals from various entities to fulfill specific governmental duties or projects, often addressing community needs or federal priorities for funding and support. Key ideas in these contexts generally include the identification of eligible applicants, the guidelines for proposal submission, evaluation criteria, funding availability, and project timelines. It often emphasizes transparency, promoting competition, and ensuring that public funds are utilized efficiently and effectively in line with governmental goals. Due to the encrypted state of the file, a comprehensive analysis of specific programs or initiatives present in the document cannot be conducted. If the intended information could be accessed clearly, it would likely provide a structured overview of how various grants and proposals might align with federal and local objectives for community improvement and resource allocation.
    This memorandum from the Letterkenny Army Depot highlights the safety review for the proposed purchase of a 2D Digital Radiography (X-Ray) and Computed Tomography (CT) system, along with an air-conditioned enclosure. The purpose is to ensure compliance with safety standards and regulations during the system's installation and operation. The contractor must provide all necessary architectural, engineering, and installation services, ensuring the setup adheres to manufacturer specifications and operational guidelines. Key safety requirements include familiarity with safety policies and applicable OSHA regulations, maintenance of hazardous materials (HazMat) documentation, and adherence to equipment installation standards. Contractors are responsible for ensuring their employees are trained and equipped with protective gear and must report any unsafe conditions immediately. Additional stipulations emphasize ergonomic design in equipment purchases and accurate tracking of hazardous materials throughout the project lifecycle. The document underscores the importance of maintaining safety protocols at the depot, ensuring all work follows rigorous standards to minimize risks associated with the operation of the X-Ray/CT system. This review reflects the Army’s commitment to operational safety and regulatory compliance in procurement processes.
    The document outlines an amendment to a federal contract solicitation related to small business subcontracting requirements. It adds specific clauses from the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation Supplement (DFARS) that emphasize the importance of utilizing small business concerns in subcontracting activities. Key provisions include the necessity for contractors to prepare and submit a detailed subcontracting plan that establishes goals for engaging small businesses, including veteran-owned, service-disabled veteran-owned, HUBZone, small disadvantaged, and women-owned businesses. Contractors are required to report subcontracting achievements using the Electronic Subcontracting Reporting System (eSRS), and failures to comply with these requirements may result in liquidated damages. The document also outlines stipulations for submitting individual and summary subcontract reports, emphasizing good faith efforts to utilize small businesses. The amendment retains other existing contract terms while focusing on enhancing opportunities for small businesses in government contracts, reflecting a broader initiative to promote inclusivity and support economic growth within these sectors. Overall, the amendment reinforces the government's commitment to small business participation in federal contracting.
    This solicitation document outlines the requirements and procedures for offerors intending to submit proposals for government contracts. It emphasizes the mandatory registration in the System for Award Management (SAM) and the completion of annual representations and certifications as prerequisites for eligibility. Offerors must submit their best prices initially due to the government's intention to award contracts without discussions, and compliance with all amendments is mandatory. Payment will be processed through Electronic Funds Transfer via the Defense Finance and Accounting Services (DFAS). Proposals must adhere to specified insurance requirements, including adequate coverage for workers' compensation and general liability. The document also introduces the AMC-Level Protest Program, encouraging prospective contractors to resolve disputes with the contracting officer or escalate to Army Materiel Command if necessary. Additionally, it mandates that proposals be signed by authorized individuals and includes guidelines for marking proprietary information. The document's structured layout aids clarity on procedures, obligations, and contact information, ensuring that potential offerors understand the compliance required to engage in government contracting.
    The Army Contracting Command – Letterkenny Contracting Office is conducting market research through this Sources Sought/Request for Information to identify potential contractors for an X-Ray/Computed Tomography (CT) System. This initiative, classified under NAICS code 334517 for Irradiation Apparatus Manufacturing, aims to assess the market's capacity to fulfill the government's requirements. Interested organizations are encouraged to submit their capabilities by November 22, 2024, including details like business information, size and socioeconomic status, capability statements, and past performance with government contracts. Responses are voluntary, and pricing is not required at this stage. The government will determine procurement methods based on the received submissions, which may lead to set-asides for small businesses or competitive awards. Contractors must be registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF) to be eligible for government contracts.
    The document pertains to federal and state/local request for proposals (RFPs) and grants, detailing procedural guidelines and criteria for applicants seeking funding or project engagement. Its primary focus is on streamlining the application process, ensuring compliance with federal regulations, and emphasizing the importance of transparency and efficiency in expenditure of public funds. Key components include eligibility requirements, funding limits, and evaluation criteria for proposals, which aim to foster innovation and deliver effective solutions for community needs. Moreover, the document outlines timelines for proposal submissions, review procedures, and post-award compliance responsibilities. Overall, it serves as a comprehensive guide for potential applicants to navigate funding opportunities while adhering to governmental standards and expectations, facilitating effective project implementation and accountability in grant management.
    The government document outlines a Request for Proposal (RFP) for the procurement of a 2D Digital Radiography/Computed Tomography (CT) system, with a focus on compliance with specific standards and functionalities required by the Department of Defense. The proposal must be submitted by January 27, 2025, with detailed delivery and inspection terms specified. Two primary line items are included: the CT system and associated Contract Data Requirements Lists (CDRLs), with a stipulation that the latter is not separately priced. The evaluation criteria prioritize technical capabilities, past performance, and price, with an emphasis on technical compliance with strict specifications provided in the solicitation. Offerors are required to align with various regulations, including those concerning telecommunications and equipment use. The document delineates the responsibilities of bidders, submission expectations, and evaluation processes. Compliance with various clauses ensures transparency, and offers must hold their prices for 60 days. The RFP is a formal request aimed at small businesses, particularly those owned by service-disabled veterans or women, indicating a commitment to promote equitable business practices in government contracting.
    The document outlines an amendment regarding solicitation W911N225R0010 from the Letterkenny Contracting Office, adding several FAR and DFARS clauses related to performance-based payments. The amendment specifies the process for acknowledging receipt and responding to this amendment by the contractors. It includes a series of questions and answers that clarify operational definitions and government responsibilities, particularly about performance criteria and payment terms. A key focus of the amendment is on performance-based payments, which allows contractors to propose financing terms for contract payment during execution, contingent on successful performance criteria. Additionally, the document delineates expectations regarding utility installation and contract payment structures, emphasizing the importance of compliance with financial reporting standards. In conclusion, the document serves to refine contractual obligations and establish clear guidelines for contractors regarding performance-based financing and the administration of payment requests. This amendment aligns with government procurement practices aimed at enhancing efficiency and accountability in contract execution.
    The document outlines a government solicitation (W911N225R0010) for the procurement of a 2D Digital Radiography/Computed Tomography (CT) system, specifically designed for the Letterkenny Army Depot. The solicitation specifies a firm fixed-price contract, with a total award amount yet to be determined. Key points include a delivery requirement of within nine months after contract award, comprehensive inspection and acceptance protocols, and strict compliance with various regulatory and reporting clauses including FAR and DFARS provisions. The solicitation emphasizes the acceptance of offers based on technical capabilities, past performance, and pricing. Vendors must demonstrate that their products meet specific technical requirements. Additionally, the offer must remain valid for 60 days post-submission. The selection evaluation process prioritizes technical merit while allowing for price considerations where applicable. The document contains clarifications on equipment operation terms, responsibilities of the government and vendor regarding equipment installation, and payment structures. It also addresses unforeseen events during contract execution and stipulates requirements for participation and compliance in the procurement process, ensuring alignment with government expectations and standards.
    The document outlines clarifications related to the acceptance criteria and responsibilities in a government RFP for equipment installation by Letterkenny. It specifies that "100 hours of continuous operation" refers to the machine's functioning without breakdowns for that duration, while the acceptance period of 14 days involves assessing equipment performance. Breakdown due to operator error does not reset this period; however, ongoing failures can lead to restarting the acceptance criteria against the vendor. It notes that Letterkenny will supply a power disconnect within 25 feet of the equipment, while the vendor is responsible for connections. Payment terms state that 100% payment occurs upon final acceptance, with appropriate regulations adhered to in the solicitation. This document exemplifies the detailed logistical and contractual expectations commonly involved in government RFP processes, ensuring clarity for both vendors and government entities regarding equipment performance and responsibilities.
    The document serves as a purchase description for a 2D Digital Radiography (X-Ray) and Computed Tomography (CT) inspection system intended for non-destructive evaluation of circuit card components at Letterkenny Army Depot (LEAD), Pennsylvania. The contract stipulates that the system must meet rigorous technical specifications, including compliance with safety and security protocols, environmental regulations, and operational standards without modification. The contractor is responsible for equipment setup, calibration, troubleshooting, and training of personnel. Key responsibilities of the contractor include adhering to safety regulations, providing documentation, and performing on-site training. The government will provide facilities, materials, and utilities necessary for the contractor's operations. Additionally, the document outlines requirements for equipment performance, including the system's ability to scan parts of specified dimensions and the necessity for high-resolution imaging capabilities. The contractor's work will be evaluated for accuracy and performance compliance, with final acceptance contingent on successful demonstration of system capabilities following installation. The document emphasizes the importance of maintaining environmental protection standards and aligns with federal guidelines relevant to contractor operations within government contexts.
    Similar Opportunities
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking proposals for the modernization of Non-Destructive Testing (NDT) equipment at the Rock Island Arsenal. This procurement aims to enhance the Army's NDT capabilities by acquiring advanced systems, including large and small vault linear accelerators, x-ray tubes, and optional computed and digital radiography technologies. The modernization is crucial for improving inspection technologies and operational readiness within defense manufacturing, ensuring compliance with national safety standards. Proposals are due by 10:00 AM CT on February 14, 2025, and interested vendors should contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil for further details.
    PREVENTATIVE MAINTENANCE ON XRAY IMAGING SYSTEMS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking information regarding preventative maintenance services for X-ray imaging systems at the Corpus Christi Army Depot (CCAD) in Texas. The procurement involves a non-personal services contract for semi-annual maintenance and remote support of three X-ray imaging systems, requiring the contractor to provide all necessary labor, materials, and tools while adhering to established quality control and assurance practices. This initiative is crucial for ensuring the reliability and compliance of the X-ray systems with safety and security regulations. Interested parties must submit their responses to the Request for Information (RFI) by February 5, 2025, and can direct inquiries to Jennifer Salyers at jennifer.l.salyers2.civ@army.mil.
    Magnetic Particle and X-Ray Equipment Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the maintenance of Government-owned Magnetic Particle and X-Ray equipment at the Anniston Army Depot in Alabama. The contractor will be responsible for providing high-priority emergency repairs, calibration, and preventive maintenance checks, with a contract duration of one year and four optional years. This maintenance is critical for ensuring the operational efficiency and safety of essential testing equipment used by the Army. Proposals are due by 10:00 AM on February 12, 2025, and interested parties should direct inquiries to Katherine B. Fuller at katherine.b.fuller2.civ@army.mil or T. Morey Gaddy at troy.m.gaddy2.civ@army.mil by January 27, 2025.
    6525--DEC 2024 Equipment Only Consolidation
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the "DEC 2024 Equipment Only Consolidation," aimed at procuring high-tech medical equipment to enhance healthcare services for veterans. This procurement includes a variety of imaging equipment, specifically focusing on digital diagnostic radiology systems and ultrasound machines, with detailed specifications outlined in the associated documents. The equipment is critical for improving diagnostic capabilities and patient care within the VA healthcare system, ensuring compliance with federal standards and operational efficiency. Interested vendors must submit their offers by April 9, 2025, and can direct inquiries to Contract Specialist Hermann A. Degbegni at hermann.degbegni@va.gov.
    Request for Information for Radiological Detection System (RDS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for the development of a Radiological Detection System (RDS) intended to replace existing radiological survey meters used by various military branches. The RFI aims to gather information on respondents' capabilities in developing, testing, and manufacturing an RDS that meets the specified performance criteria, with a focus on enhancing radiation detection capabilities across military services and allied nations. Interested parties must submit their responses by February 17, 2025, ensuring compliance with detailed submission criteria, including technical specifications and company information, as the anticipated contract type is a Firm Fixed Price under an Indefinite Delivery, Indefinite Quantity structure, with a projected requirement for up to 16,000 units over five years. For further inquiries, respondents can contact Nathaniel W. Sievers at nathaniel.w.sievers.civ@army.mil or Tyler N. Gates at tyler.n.gates2.civ@army.mil.
    Onsite Maintenance and Repairs to Phillips Radiology X-Ray machine AWS-TX (DiDi Blue Dragon)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for onsite maintenance and repairs of a Phillips Radiology X-Ray machine, AWS-TX (DiDi Blue Dragon), located at Munson Army Health Center in Fort Leavenworth, Kansas. The procurement aims to secure specialized service support from Philips North America LLC, as the maintenance requirements exceed the facility's in-house capabilities and are critical for daily patient care. This sole-source contract is justified by the urgency of the need and the reliance on the manufacturer's expertise, given that this is the only X-Ray machine in operation at the facility. Interested parties can contact Bobby Etheridge at bobby.j.etheridge.civ@health.mil for further details regarding this fixed-price contract, which is funded through Operations and Maintenance Army funds.
    Radiac Instruments Calibration and Repair Services
    Buyer not available
    The Department of Defense, specifically the Army, is seeking proposals for calibration and repair services for government-owned Radiac Instruments under solicitation number W91ZLK-25-R-0007. The contract will cover a base year and two option years, with services required to meet the ANSI/NCSL Z540.3-2006 standard and a turnaround time of 14 working days for instrument calibration. These services are crucial for maintaining operational effectiveness in radiation safety, ensuring that the instruments used meet stringent reliability and accuracy standards. Interested contractors must submit their proposals by 3:00 p.m. Eastern Time on February 6, 2025, and can direct inquiries to the Contract Specialist, Julius Wood, at julius.a.wood.civ@army.mil.
    Request for Information - Digital Microscope
    Buyer not available
    The Department of Defense, specifically the U.S. Army DEVCOM Soldier Center, is seeking information from potential sources to provide a Digital Microscope to enhance its quality assurance/control program. The required microscope must feature 4K resolution capabilities, a magnification range of 5x to 6,000x, and the ability to capture and securely store images with minimal sample preparation, among other specifications. This procurement is critical for ensuring the integrity of sensitive material production and compliance with ISO 9000 quality management standards. Interested parties are encouraged to submit their responses by February 14, 2025, at 5:00 p.m. EST, to the designated contacts, Christine Poulack and Mary Prebensen, via email. This announcement is a Sources Sought notice and does not constitute a solicitation or guarantee of future procurement.
    6525--SEP 2024 Equipment Only Consolidation - Amendment 0004
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of medical imaging equipment as part of the "September 2024 Equipment Only Consolidation" initiative. This opportunity includes various ultrasound systems and imaging devices aimed at enhancing diagnostic capabilities across multiple Veterans Affairs Medical Centers, with specific requirements for technical specifications, training, and service support. The equipment is critical for improving healthcare delivery to veterans, ensuring compliance with federal standards and operational efficiency. Interested vendors must submit their proposals by February 5, 2025, and can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov.
    Computer, Digital Da
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land Warren), is soliciting bids for a firm fixed-price contract to procure 30 digital computers (NSN: 5895-01-702-2540) from approved manufacturers, with an option for an additional 30 units. These computers are critical for various defense applications, and the procurement emphasizes adherence to military standards, including the use of a current Technical Data Package (TDP) accessible via SAM.gov. Interested bidders must submit sealed offers by the specified closing date, comply with safety regulations, and ensure quality control throughout the procurement process. For further inquiries, Kay Lynn Machacek can be contacted at kay.machacek@dla.mil, with the solicitation expected to be released around December 30, 2024.