PINN PORTABLE DIGITAL RADIOGRAPHY SYSTEM
ID: 140P8425Q0024Type: Solicitation
AwardedMay 28, 2025
$16.2K$16,228
AwardeeACKERMANN IMAGING INC 8975 CAPCANO RD San Diego CA 92126 USA
Award #:140P8425P0029
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICEPWR PORE MABO (84000)POINT REYES STATION, CA, 94956, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)

Set Aside

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

    The National Park Service (NPS) is seeking qualified vendors to supply and deliver a portable digital radiography (DR) wireless system for veterinary practice at Pinnacles National Park in California. This procurement aims to replace an outdated unit, with specifications including a wireless flat panel cesium iodide scintillator, a laptop or tablet with image viewing software, and a weight limit of 25 pounds, among other requirements. The contract will be awarded based on price and technical acceptability, with a submission deadline of April 23, 2025, and a performance period from May 13, 2025, to July 16, 2025. Interested parties should direct inquiries to Jack Northcutt at Jack_Northcutt@nps.gov and ensure compliance with the Buy American Act and other federal regulations.

    Point(s) of Contact
    Northcutt, Jack
    Jack_Northcutt@nps.gov
    Files
    Title
    Posted
    The National Park Service is requesting the procurement of a portable digital radiography wireless system for Pinnacles National Park in California, aimed at replacing an outdated unit used in veterinary practice. The specifications for the new system include a wireless flat panel cesium iodide scintillator measuring 14 in. x 17 in., a laptop or tablet with image viewing software, a weight limit of 25 pounds, and compatibility with AC power sources ranging from 100-240V. Additionally, a carrying case is required for the system. Deliveries to the park’s address will be accepted on weekdays during standard business hours, excluding holidays. This procurement aligns with government efforts to maintain and upgrade essential services and equipment at national parks, particularly for veterinary care.
    The document outlines the Offeror Representations and Certifications required for RFQ No. 140P8425Q0020, detailing obligations for those bidding on federal grants and contracts. It includes instructional sections on completing annual representations in the System for Award Management (SAM) and specific certifications related to telecommunications, supply chain security, and child labor laws. Key definitions clarify the status of various business types, such as small businesses, economically disadvantaged women-owned small businesses (EDWOSB), and service-disabled veteran-owned small businesses (SDVOSB), alongside requirements for compliance with federal laws concerning products' manufacturing origins and labor guidelines. Furthermore, it highlights the Offeror's need to disclose any cases of restricted operations in Sudan and representations regarding participation in illegal activities, including forced or indentured child labor. Offerors must verify their compliance with regulations ensuring responsible business practices. This document serves to uphold federal acquisition integrity by mandating transparent practices among contractors and suppliers in government projects, aligning with broader goals of ensuring compliance with ethical sourcing and operational standards. The comprehensive nature of these requirements demonstrates the government’s commitment to fostering a fair and legal contractual environment.
    The purpose of RFQ No. 140P8425Q0024, Attachment 3, is to enable quoters to showcase their technical capabilities and relevant experience in completing similar projects. The document outlines a structured format for quoters to report their past performance, including details such as contract numbers, project titles, amounts, performance dates, agency/owner information, contact persons, and descriptions of the work performed. This information allows the government to assess the quality of services or products provided by quoters, ensuring that they meet the expectations as stated in the solicitation provisions. The emphasis on experience and past performance is critical in the context of federal and state/local RFPs, as it helps to determine the reliability and effectiveness of bidders in fulfilling contract obligations.
    The document is a Request for Quotation (RFQ) for a Portable Digital Radiography System intended for Pinnacles National Park, managed by the National Park Service (NPS) under the Department of the Interior (DOI). The RFQ outlines submission requirements for prospective contractors, emphasizing the need for small business consideration under the North American Industry Classification Standard (NAICS). The deadline for submissions is set for April 23, 2025, with a delivery and performance period extending from May 13, 2025, to July 16, 2025. Key contractual clauses from the Federal Acquisition Regulation (FAR) are specified, including requirements for electronic invoicing and payment through the DOI’s Invoice Processing Platform (IPP). The evaluation criteria include price, technical acceptability based on the product description, and past performance assessments from similar contracts. Interested vendors are instructed to provide various documentation, including a Standard Form 1449, and are reminded of the necessity to be registered in the System for Award Management (SAM). Overall, this RFQ illustrates the U.S. government’s procurement process, ensuring transparency, compliance, and the support of small business participation in federal contracts.
    Lifecycle
    Similar Opportunities
    65--65VA RFP-797-655A-30-0001-R6 Solicitation Refresh
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a solicitation for the procurement of X-Ray Equipment and Supplies under the Federal Supply Schedule FSC Group 6525. This opportunity involves multiple award, fixed-price, indefinite delivery-indefinite quantity (IDIQ) contracts with Economic Price Adjustment (EPA) provisions, aimed at ensuring a continuous supply of essential imaging equipment and supplies for medical, dental, and veterinary use. The solicitation, designated as RFP-797-655A-30-0001-R6, is a refresh of a previous solicitation and remains open for new offers without a specified closing date, with contract performance expected to commence upon award and last for five years. Interested vendors can reach out to the FSS Help Desk at 708-786-7737 or via email at Fss.Help@va.gov for further inquiries.
    BPA - X-RAY FILM AND SUPPLIES PSC 6525
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for X-ray film and supplies, specifically under the PSC code 6525 and NAICS code 325992. The procurement includes items such as radiographic film and processing chemicals, with a focus on standard commercial supplies and services offered at competitive prices. These supplies are critical for medical, dental, and veterinary imaging applications, ensuring the availability of essential materials for various imaging needs. Interested vendors must submit their documentation and past performance references to Barbara Grinder by April 30 for June awards or by October 31 for December awards, with evaluations based on past performance and customer satisfaction. For further inquiries, vendors can contact Barbara Grinder at barbara.j.grinder.civ@us.navy.mil or Brandi L. Sorzano at brandi.l.sorzano.civ@us.navy.mil.
    7J--REPLACE SURVEILLANCE CAMERAS AT VARIOUS LOCATIONS
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is seeking qualified contractors to replace surveillance cameras at various locations within Shenandoah National Park in Virginia. The project involves removing existing cameras and wiring, and installing new NDAA-compliant security cameras, mounts, and associated infrastructure at four entrance stations and two visitor centers. This upgrade is crucial for enhancing the park's security and surveillance capabilities, ensuring compliance with current standards. The anticipated contract, valued between $100,000 and $250,000, will be awarded as a firm-fixed price contract with a performance period of 90 calendar days from the notice to proceed. Interested parties should contact Deborah Coles at DebbieColes@nps.gov or 540-677-0325, and note that a site visit is scheduled for December 18, 2025.
    Advanced Event-Mode Neutron Imaging System with a Large Area Detector.
    Energy, Department Of
    The Department of Energy, through Oak Ridge National Laboratory (ORNL), is soliciting proposals for an Advanced Event-Mode Neutron Imaging System with a Large Area Detector under RFP No. PR422299. This procurement aims to acquire a sophisticated imaging system that includes specific technical requirements such as a four Timepix-3 chip pixel matrix, low power consumption, and high-speed data transfer capabilities, essential for neutron imaging applications. The awarded contract will be based on the Lowest Price Technically Acceptable (LPTA) criteria, emphasizing the importance of meeting all outlined specifications without exception. Interested vendors must submit their proposals by December 18, 2025, with inquiries directed to Bill Mitchum at mitchumwc@ornl.gov or by phone at 865-341-2745.
    Solicitation of a Concession Business Opportunity to Operate Pack Station, Guided Trail Rides, and Other Services within Sequoia and Kings Canyon National Parks
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate a pack station, guided trail rides, and additional services within Sequoia and Kings Canyon National Parks. This opportunity aims to enhance visitor experiences by providing recreational services in these iconic national parks, which are vital for tourism and outdoor activities. Interested parties must submit a "Notice of Intent to Propose" by January 29, 2026, and electronic proposals are due by February 19, 2026, with inquiries directed to Mark Juretschke at markjuretschke@nps.gov by December 11, 2025.
    Solicitation of a Concession Business Opportunity to Operate Guided Horseback Rides, Horse Boarding, and Horse Camp Services within Point Reyes National Seashore
    Interior, Department Of The
    The Department of the Interior, through the National Park Service (NPS), is soliciting proposals for a ten-year concession contract to operate guided horseback rides, horse boarding, and horse camp services at Point Reyes National Seashore. This opportunity requires an estimated investment of $346,000 and is projected to generate between $304,000 and $336,000 in revenue during the first year, contributing to the enhancement of park operations and regional economic development. Interested entities are encouraged to attend a site visit on December 10, 2025, with proposals due electronically by February 26, 2026; for further inquiries, contact Mark Juretschke at markjuretschke@nps.gov.
    Y--PINN 250983 - Rehab Old Pinn Trailhead Parking Area/Shuttle Stop
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking contractors for the rehabilitation of the Old Pinn Trailhead Parking Area and Shuttle Stop at Pinnacles National Park, California. The project aims to enhance visitor experience and operational efficiency by repaving the parking area, installing a new accessible vault toilet, creating a designated shuttle stop with a shade structure, extending a water line, and adding various amenities, addressing current safety hazards and operational challenges. This initiative is crucial for maintaining the park's infrastructure and improving visitor services, with an estimated contract value between $2,000,000 and $3,000,000 and a performance period of 365 calendar days. Interested parties should contact Shellie Murphy at shelliemurphy@nps.gov or call 720-610-2690, and submit responses to the Sources Sought Notice by January 15, 2026, to inform the acquisition strategy and potential small business set-aside determinations.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Affairs Medical Center, is seeking proposals for the procurement of a new Cardiovascular Radiographic/Fluoroscopic (R/F) System to replace outdated equipment in its catheterization lab. This system is essential for performing various vascular and interventional procedures, requiring advanced imaging capabilities, including specific gantry dimensions, rotation ranges, and integration with existing VA imaging systems. The procurement emphasizes the importance of enhanced patient care and operational efficiency, with a focus on security and connectivity requirements, including DICOM compliance and encrypted hard drives. Interested vendors should contact Teresa Rogofsky at teresa.rogofsky@va.gov for further details, with proposals due by the specified deadline.
    Radiological Equipment Safety Surveys- Sources Sought Only- Federal BOP
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons (BOP), is seeking qualified contractors to perform biennial on-site inspections and certifications of medical and dental x-ray equipment across its 122 institutions in the United States, Puerto Rico, and Hawaii. The contractor will be responsible for conducting radiological safety surveys, image quality testing, and providing recommendations to minimize radiation exposure, ensuring compliance with federal regulations and accreditation standards. This opportunity is critical for maintaining the safety and effectiveness of medical imaging equipment within the BOP facilities. Interested parties should contact Blaize Shrake at bshrake@bop.gov for further information, noting that this is a sources sought notice for market research purposes only, with no solicitation currently available.
    6515--NEW <$25K | NuTrace R+ Scanner a 2D DataMatrix
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify potential suppliers for the NuTrace R+ Two Dimensional (2D) Surgiscan for the VA Reno Health Care System. The objective is to gather market research on vendors capable of providing this medical equipment, which is crucial for the Sterile Processing Services (SPS) at the facility. This procurement effort is part of the VA's strategy to assess industry capabilities and support acquisition planning, with a firm-fixed-price contract anticipated for a performance period of 120 days following the award. Interested vendors must submit their expressions of interest, along with relevant business information, to Contract Specialist Haunani Freeman at darralynn.freeman@va.gov by 5:00 PM Hawaii Standard Time on January 29, 2025.