Dosimeters
ID: FDA-25-1285024Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 7:00 PM UTC
Description

The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking contractors to provide dosimetry services for occupational radiation monitoring, including the supply of Optically Stimulated Luminescence (OSL) and Thermoluminescent Dosimeters (TLD). The primary objective is to ensure that radiation exposure for employees across various FDA offices and laboratories remains within the limits set by the Nuclear Regulatory Commission and the Occupational Safety and Health Administration. This procurement is critical for maintaining safety standards and monitoring radiation exposure effectively, supporting a workforce of up to 2,000 employees across multiple locations. Interested vendors must submit their quotes by April 7, 2025, and can contact Elena Tatarov at elena.tatarov@fda.hhs.gov for further details regarding the solicitation number FDA-25-1285024.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 5:06 PM UTC
The document outlines a combined synopsis/solicitation from the FDA for Dosimeter services, identified as solicitation number FDA-25-1285024. The FDA aims to obtain Optically Stimulated Luminescence (OSL) and Thermoluminescent Dosimeters (TLD) for radiation monitoring of employees in various offices and laboratories. Crucial features for the dosimeters include high sensitivity, durability, motion detection during exposure, and online monitoring capabilities. The contractor must provide services for up to 2,000 employees across multiple locations, maintain historical exposure data, and ensure compliance with NRC standards. The solicitation specifies deliverables, pricing, and contract terms, including a firm fixed-price contract with options for three additional years. Interested vendors must submit quotes by April 7, 2025, and adherence to detailed technical requirements is critical for consideration. This solicitation epitomizes federal procurement practices, emphasizing the necessity for comprehensive safety monitoring solutions in government operations.
Lifecycle
Title
Type
Dosimeters
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
RADIOLOGY SURVEY
Buyer not available
The Department of Defense, specifically the Medical Readiness Contracting Office – East (MRCO-E) at Womack Army Medical Center (WAMC), is seeking a contractor to provide Radiation Surveys for Radiology Diagnostic Devices over a four-year period. The contract, which is anticipated to run from June 1, 2025, to May 31, 2029, requires the contractor to perform annual on-site surveys of various diagnostic imaging equipment, ensuring compliance with safety standards and regulations. This initiative is crucial for maintaining the safety and effectiveness of medical equipment used in patient care at military facilities. Interested vendors should note that the solicitation number is W91YTZ25QA011, and they can contact Cynthia Richardson Rhone at cynthia.a.richardson-rhone.civ@health.mil or Michael J. McCollum at michael.j.mccollum12.civ@health.mil for further details.
“Brand Name or Equal” Emulate Inc., Chip-R1 Rigid Chips, plus Preventive Maintenance and Repair Service on Emulate Modules
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified vendors to provide "Brand Name or Equal" Emulate Inc., Chip-R1 Rigid Chips, along with preventive maintenance and repair services for Emulate Modules. The procurement aims to support the National Center for Toxicological Research (NCTR) in evaluating a novel brain-chip system designed to assess neurotoxicity induced by CD19 CAR T-cells, which is critical for advancing research in neurotoxicology. Interested small businesses and other vendors capable of meeting the specified technical requirements are encouraged to submit capability statements by April 28, 2025, at 1:00 PM Central Time, to Warren Dutter at warren.dutter@fda.hhs.gov. This sources sought announcement does not constitute a solicitation for proposals, and no contract will be awarded from this announcement.
Base Notice: Tobacco Retailer Inspections - 75F40125R00046
Buyer not available
The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking proposals for tobacco retailer inspections under Solicitation No. 75F40125R00046. The objective is to secure third-party contractors to conduct compliance inspections of tobacco retail establishments, ensuring adherence to the Tobacco Control Act and related regulations aimed at preventing youth access to tobacco products. This solicitation emphasizes the importance of thorough inspections and documentation to support FDA enforcement actions, thereby safeguarding public health. Interested vendors must submit their proposals by April 30, 2025, with questions due by April 28, 2025; for further inquiries, contact Janice Heard at janice.heard@fda.hhs.gov or Brandon Rafus at brandon.rafus@fda.hhs.gov.
Nfusion Subscription Service (or equal)
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking sources for the Nfusion Annual Subscription Service, which includes geo site access, either as a brand name or an equivalent product. The primary objective is to procure 25 concurrent licenses for Nfusion to enable up to 175 investigators to conduct secure and anonymous online research, which is critical for the FDA's Office of Criminal Investigations in enforcing laws related to FDA-regulated products. The service must meet specific cybersecurity requirements, including malware immunity and compatibility with FDA IT systems, while also providing maintenance and technical support throughout the contract duration. Interested parties are encouraged to submit capability statements by April 25, 2025, and should direct any inquiries to Robert Waite at robert.waite@fda.hhs.gov.
6505--Milwaukee 18F-FDG (VA-25-00061477)
Buyer not available
The Department of Veterans Affairs is seeking quotes for the provision of Fludeoxyglucose F 18 (18F-FDG) unit dose PET/CT radiopharmaceuticals for the Clement J. Zablocki VA Medical Center in Milwaukee, Wisconsin. The contractor will be responsible for the production and delivery of these critical diagnostic imaging materials, which have a short shelf life and must be supplied locally to meet patient care needs. This procurement is essential for ensuring reliable access to radiopharmaceuticals necessary for PET/CT nuclear medicine examinations, with a contract duration of one base year and four optional extensions. Interested vendors must submit their proposals by April 25, 2025, and can contact Contracting Officer Parris Weidenbach at parris.weidenbach@va.gov for further information.
Purchase of FY25 Nanion Consumables
Buyer not available
The U.S. Food and Drug Administration (FDA) is seeking quotations for the purchase of Nanion consumables to support ion channel pharmacology experiments using the SyncroPatch 384 automated patch clamp system. This procurement aims to facilitate research on drug effects on ion channels, which is crucial for understanding drug safety and efficacy, with a contract duration of 12 months and the possibility of a 12-month extension. The selected contractor will be responsible for delivering consumables in four separate batches throughout the year, ensuring compliance with federal contracting regulations. Interested parties should direct their inquiries to Freshta Javid or L. Maria Finan by April 17, 2025, at 12:00 PM ET, and must adhere to the total small business set-aside requirements under NAICS code 334516.
PRIMO Software Licensing
Buyer not available
The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking qualified small businesses to provide PRIMO Software Licensing and Maintenance Support Services. The procurement involves supplying 21 PRIMO software licenses for a base year, with two additional option years, to ensure the continuous operation of the FDA's CFSAN CAEMS system. This software is crucial for pharmacovigilance and regulatory compliance, enhancing the FDA's capabilities in monitoring food safety. Interested parties must submit their quotes by August 26, 2024, and are encouraged to contact Roosevelt Walker at roosevelt.walker@fda.hhs.gov for further details. The contract will be awarded as a firm-fixed-price purchase order, emphasizing compliance with federal acquisition regulations and accessibility standards.
Illumina MiSeq Instrument Service Agreement
Buyer not available
The U.S. Food and Drug Administration (FDA) is conducting market research to identify small business sources capable of providing a service agreement for the Illumina MiSeq instrument, which is essential for the National Center for Toxicological Research (NCTR). The procurement involves a preventative maintenance and corrective maintenance service agreement, including scheduled on-site visits, unlimited technical support, and adherence to OEM specifications. This service is critical for ensuring the reliability of ongoing research at the NCTR facility in Jefferson, Arkansas. Interested parties must submit their capability statements by April 30, 2025, to Nick Sartain at nick.sartain@fda.hhs.gov, referencing NCTR-2025-128267.
Xray System
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is soliciting quotes for the procurement of a HI-SCAN 6040C X-Ray Inspection System, with a firm fixed-price contract to be awarded based on the lowest price technically acceptable. The contract requires the contractor to provide all necessary engineering, labor, materials, and equipment for the installation of the new X-ray machine, which must meet specific technical specifications, including a 160kV generator and advanced imaging functions, while also ensuring compliance with local, state, and federal regulations. This procurement is critical for maintaining operational efficiency and safety standards within the facility, emphasizing the importance of timely installation and ongoing maintenance, including a five-year warranty and annual checks. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Deborah Sharpe or Steph Gray via their provided email addresses, with the solicitation effective from April 25, 2025, and delivery required by May 2, 2025.
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Buyer not available
The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.