Mail X-Ray Machine Maintenance contract
ID: 80NSSC26917592QType: Special Notice
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA SHARED SERVICES CENTERSTENNIS SPACE CENTER, MS, 39529, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    NASA's National Aeronautics and Space Administration (NASA) is seeking a contractor for the maintenance of Mail X-Ray Machines, specifically the Rapiscan X-Ray equipment, through a contract managed by the NASA Shared Services Center. The contractor will be responsible for providing trained personnel to conduct periodic cleaning, preventive maintenance, software configuration, connectivity verification, testing, and documentation of all maintenance performed, as well as offering support and repair services as needed. This maintenance contract is crucial for ensuring the operational efficiency and reliability of the X-ray machines used at NASA Headquarters. The contract will commence on January 1, 2026, and will include a base year followed by four option years, extending through December 31, 2030. Interested organizations may submit their capabilities by December 22, 2025, to be considered for potential competitive procurement, with inquiries directed to Lindsey McLellan at lindsey.m.mclellan@nasa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines a Performance Work Statement (PWS) for the maintenance of Rapiscan X-Ray equipment. The contractor will be responsible for providing trained personnel to perform periodic cleaning, preventive maintenance, software configuration, connectivity verification, testing, and proper operation of the X-ray machine and its related computer software systems. The contractor must also provide documentation for all maintenance performed and offer support and repair services as needed. The contract includes a base year from January 1, 2026, to December 31, 2026, followed by four option years, extending through December 31, 2030. Additionally, the PWS incorporates two key requirements related to the use of Artificial Intelligence (AI) during contract performance and AI acquisitions, both effective September 2025, mandating disclosure of AI use and outlining additional requirements for contracts acquiring covered AI systems or services as defined by OMB memo M-25-22.
    NASA/NSSC intends to award a sole source contract to RAPISCAN SYSTEMS INC for Mail X-Ray Machine Maintenance under FAR 13.106-1(b)(1)(i), citing them as the sole provider. This procurement will be managed by NASA/NSSC for performance at NASA Headquarters, utilizing procedures from FAR Part 12 and FAR Part 13. The NAICS Code is 811210. Interested organizations may submit capabilities by December 22, 2025, 4:00 p.m. CST, to be evaluated for potential competitive procurement. The government reserves the right to proceed with a non-competitive acquisition. Oral communications are not accepted, and NASA Clause 1852.215-84, Ombudsman, is applicable.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Preventive Maintenance Services For Government-Owned Clinical Philips Ingenia Elition 3.0T MRI Scanner
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors to provide preventive maintenance services for a government-owned Philips Ingenia Elition 3.0T MRI scanner. The objective of this procurement is to ensure the optimal functioning and reliability of the MRI scanner, which is critical for various clinical applications and research initiatives within the NIH. This maintenance service is essential for sustaining the operational integrity of the equipment, thereby supporting the health and research missions of the NIH. Interested parties can reach out to John Russell, Contract Specialist, at John.Russell3@nih.gov, or Reyes Rodriguez, Contracting Officer, at reyes.rodriguez@nih.gov for further details regarding this opportunity.
    SR-X Biomarker Detectio System Maintenance Services
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health (NIH), is seeking maintenance services for the Quanterix SR-X Biomarker Detection System and Washer, with a presolicitation notice for a sole-source procurement. The contract aims to extend warranty services for the original equipment, ensuring that maintenance and repairs are conducted by the manufacturer to avoid warranty voidance and mitigate risks. This procurement is crucial for maintaining the functionality of laboratory equipment used in biomedical research, with services expected to be performed primarily at the Clinical Research Center in Bethesda, Maryland. Interested vendors must submit their quotations, including required documentation, by December 20, 2025, at 12:00 PM EST to Kelly Robinson at kelly.robinson@nih.gov.
    FY26 Wave6 Renewal
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is planning to award a sole source contract for the FY26 Wave6 Renewal to DS Government Solutions Corp, identified as the sole provider for this requirement. This procurement, managed by the NASA Shared Services Center, will be conducted under FAR 13.106-1(b)(1)(i) and will take place at the NASA Johnson Space Center in Houston, Texas. The services sought are categorized under Other Computer Related Services, specifically focusing on IT and telecom business application development software as a service. Interested organizations are invited to submit their capabilities and qualifications by 1 p.m. Central Standard Time on December 1, 2025, to Cara Craft at cara.s.craft@nasa.gov, which may influence the decision on whether to conduct a competitive procurement process.
    National Center for Critical Information Processing and Storage (NCCIPS) V3
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking information from potential sources for the National Center for Critical Information Processing and Storage (NCCIPS) V3 contract, which focuses on facility operations, maintenance, management, and data center power and network integration. This procurement aims to support the NCCIPS, a secure 200,000 sq. ft. federal shared services facility located at NASA Stennis Space Center in Mississippi, which is designed to handle sensitive and classified data for federal agencies. Interested vendors are encouraged to submit their capabilities and relevant experience by January 12, 2026, at 12:00 PM CST, with responses not exceeding 15 pages, along with a completed Capabilities Statement Worksheet. For further inquiries, potential bidders can contact Steven R. Wood or Erin Brayson via email or phone.
    Communique Licenses Renewal and Associated Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking to renew licenses for Communique software and associated services through a non-competitive procurement action. This action involves a firm-fixed price purchase order that supports the software currently in use across the NASA agency, with a performance period that began on January 1, 2023, and extends for one year. The Communique software is critical for facilitating communication and collaboration within NASA's operations. For further inquiries, interested parties can contact Caitlin Poulton at Caitlin.M.Poulton@nasa.gov.
    LaRC Abaqus Software Renewal
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to renew its contract for Abaqus software, a critical tool used for advanced engineering simulations. The procurement is justified as a limited source acquisition, indicating that the software is essential for NASA's operations and that only specific vendors can provide the necessary support and updates. The renewal of this software is vital for maintaining the integrity and efficiency of NASA's engineering processes. Interested parties can reach out to Caitlin Poulton at caitlin.m.poulton@nasa.gov or call 228-813-6211 for further details regarding this opportunity.
    NASA AFRC Facilities Operations and Maintenance Services
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking capability statements from small business firms for the Facilities Operations and Maintenance Services at the Armstrong Flight Research Center (AFRC) located in Edwards, California. The procurement aims to identify qualified sources capable of providing comprehensive facility operations, maintenance, and repair services for various infrastructure and assets, including buildings, hangars, and utility systems. This opportunity is crucial for ensuring the operational efficiency and safety of NASA's facilities, which support critical aeronautics research and development activities. Interested firms must submit their capability statements, not exceeding fifteen pages, by following specific submission guidelines outlined in the opportunity notice, with inquiries directed to Cacie Carrillo at cacie.carrillo@nasa.gov or Eleonor Barron at eleonor.barron@nasa.gov.
    Purchase of Dun & Bradstreet Risk Analytics
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Dun & Bradstreet Risk Analytics through a sole source contract with Dun & Bradstreet, Inc. This procurement aims to enhance NASA's due diligence program by evaluating small businesses applying for SBIR or STTR awards for national security risks related to foreign interests, including cybersecurity and foreign ownership assessments. The services will include comprehensive screenings and ongoing monitoring to ensure compliance with national security standards, with performance expected at NASA's Ames Research Center in California. Interested organizations must submit their capabilities and qualifications to Tracy Bremer at tracy.g.bremer@nasa.gov by 4:00 p.m. Central Standard Time on December 23, 2025, to be considered for this opportunity.
    NRESS III RFP 80HQTR26R0002
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Headquarters is soliciting proposals for the NASA Research and Education Support Services (NRESS) III under Solicitation No. 80HQTR26R0002. This procurement aims to provide professional and IT support services essential for NASA's peer review program, as well as research, education, and outreach initiatives that facilitate participation in NASA's research programs. The contract, valued at an estimated maximum of $365 million, will be a Cost-Plus-Fixed Fee (CPFF), Indefinite Delivery Indefinite Quantity (IDIQ) arrangement with a five-year ordering period, commencing on December 1, 2026. Interested parties must submit their proposals by January 30, 2026, and direct any inquiries to Chanda Cannon at Chanda.M.Cannon@nasa.gov or Maikeyza Brown at maikeyza.brown-1@nasa.gov.
    Aerospace Testing and Facilities Operations and Maintenance (ATOM-6)
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Ames Research Center is seeking information from potential sources for the Aerospace Testing and Facilities Operations and Maintenance (ATOM-6) contract, which will provide comprehensive support services for various aerospace test facilities. The contract aims to ensure the effective operation, maintenance, and repair of critical facilities such as wind tunnels, arc jets, and other associated laboratories, thereby supporting NASA's research, development, and testing missions. This opportunity is significant as it involves collaboration with multiple stakeholders, including private industry and government agencies, to enhance facility capabilities and ensure compliance with safety and environmental standards. Interested parties are encouraged to submit capability statements by January 20, 2026, to the primary contact, Suhail Haji, at suhail.haji@nasa.gov, or the secondary contact, Patrick Yamamoto, at patrick.e.yamamoto@nasa.gov, with the current contract valued at approximately $298 million and a performance period extending until June 2027.