Weapons Generation Facility - Rapiscan ORION 920DX
ID: FA461324Q1066Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of two RAPISCAN ORION 920DX X-ray Inspection Systems for the Weapons Generation Facility at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for furnishing, delivering, installing, and training Security Forces personnel on the operation and maintenance of the systems, which are critical for enhancing security at the facility's Entry Control Point. This procurement is a Total Small Business Set-Aside and is justified as a brand name only requirement due to specific security protocols that necessitate TSA-approved systems. Interested vendors must submit their quotes by September 23, 2024, at 11:00 AM MT, and can contact Kamary Williams at kamary.williams@us.af.mil or Lou Bustillo at maria_lourdes.bustillo@us.af.mil for further information.

    Files
    Title
    Posted
    The document comprises the solicitation number FA461324Q1066, featuring various clauses that govern contracts related to Department of Defense (DoD) regulations and procurement processes. Key clauses outline requirements regarding the compensation for former DoD officials, whistleblower rights, unique item identification, acquisition restrictions against entities like the Maduro regime, and telecommunications equipment compliance. The document includes clauses on electronic payment submissions, evaluation criteria for proposals, and representations regarding various business classifications (e.g., small businesses, veteran-owned businesses). An emphasis is placed on the identification and valuation of items delivered under contracts, including the provision of unique item identifiers for items valued at $5,000 or more. The document mandates the use of the Wide Area Workflow for electronic invoicing and elucidates the necessary steps for contractors regarding payment requests and certification against specified restrictions. Overall, it serves as a comprehensive guide for potential contractors to comply with federal acquisition regulations, ensuring transparency, security, and fair practices in government contracting.
    The document outlines supplemental clauses related to a federal government solicitation, specifically FA461324Q1066, emphasizing procedures for conflict resolution, contractor access, health and safety standards, and environmental regulations. It introduces an ombudsman to address concerns from offerors, ensuring confidentiality but clarifying that they do not influence proposal evaluations. Interested parties must first consult with the contracting officer before approaching the ombudsman. Contractor personnel must obtain required identification for Air Force installations and return all credentials upon completion of the contract. Health and safety measures are mandated, requiring contractors to take precautions and adhere to Air Force standards, with violations potentially leading to contract termination. Lastly, the clauses prohibit the use of Class I ozone-depleting substances in all specifications and services provided under this contract. The document serves to establish necessary operational protocols to ensure compliance, safety, and environmental stewardship within the context of federal contracting.
    The Statement of Work (SOW) outlines the installation of x-ray inspection systems at the Entry Control Point (ECP) of the Weapon Generation Facility (WGF) at F. E. Warren Air Force Base, Wyoming. The installed x-ray systems will enhance security by detecting metallic objects on individuals entering or exiting the facility. Key locations include Building 1100's Entry Control, Entry Screening, and Secure Lobby rooms. The contractor must comply with strict guidelines, including obtaining necessary permits, adhering to regulatory standards, and sourcing products from U.S.-approved countries. The contract emphasizes the need for thorough training, a one-year warranty on workmanship and materials, and daily cleaning of the work area. The performance period spans 120 days post-contract award, with certain operational constraints such as personnel qualifications and security access requirements. The document details necessary specifications for the x-ray systems, particularly the Rapiscan ORION 920DX model, including dimensions, capabilities, and installation conditions. Ensuring operational security and compliance with safety regulations throughout the project duration is paramount, thereby enhancing the overall security infrastructure at the Air Force base.
    The document is an Offeror Response Form pertaining to Solicitation Number FA461324Q1066 for the procurement of WGF X-RAY Machines, specifically two RAPISCAN ORION 920DX units. It serves as a critical tool for vendors to submit their proposals to the federal government. The form collects essential company information, including registration status with SAM.gov, socioeconomic status, and contact details. It confirms the pricing, compliance with specifications, and the anticipated timeline for performance post-award. Additionally, it assesses the company’s reliance on federal financial assistance, determining the applicability of related stipulations. The important aspects outlined include the total quoted price encompassing all costs related to the project. By providing this structured response form, the document facilitates a standardized submission process for potential suppliers, ensuring clarity and compliance with federal requirements while facilitating the procurement of specialized equipment. The overall purpose is to streamline vendor responses for essential government procurement activities.
    The 90th Contracting Squadron is seeking to acquire two RAPISCAN ORION 920DX x-ray machines, including installation and training, for the Weapons Generation Facility Entry Control Point. This procurement is justified as a single source due to AFGSC's designation of authorized vendors that meet security requirements, specifically necessitating TSA-approved systems for secured facilities. Although GSA procurement channels are available for these machines, the solicitation will proceed through SAM.gov to engage responsible small businesses, thereby promoting competition. Future procurements will remain influenced by AFGSC directives concerning TSA-approved systems. The contracting officer, Lou O. Bustillo, confirmed that only a single source is suitable for this procurement following FAR regulations. The document emphasizes the necessity and specificity of security protocols in the procurement process for specialized equipment in high-security environments.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PKAA Vehicle & Cargo X-Ray Insp System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of a Vehicle & Cargo X-Ray Inspection System at F.E. Warren Air Force Base in Wyoming. The project requires a high-capacity scanner capable of processing 120 trucks per hour, integrating advanced imaging technologies, and ensuring compliance with stringent performance metrics, including third-party certification for density and resolution. This initiative is crucial for enhancing security infrastructure and operational efficiency at military installations. Interested contractors must submit their written quotations by September 30, 2024, and direct any inquiries to SrA Kyra Niece at kyra.niece@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    X-Ray Inspection System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an X-Ray Inspection System to be utilized at the Sierra Army Depot in Herlong, California. The system must meet specific technical requirements, including a tunnel size capable of scanning objects up to 59 inches by 70.9 inches, a conveyor system with a weight capacity of at least 1,200 kg, and advanced imaging capabilities such as HDMI connectivity and image recall for previous scans. This procurement is critical for ensuring regulatory and safety compliance in various operational contexts, with the solicitation anticipated to be released on October 1, 2024. Interested small businesses are encouraged to contact Justin Lyu at justin.y.lyu.civ@army.mil or 520-671-7843 for further details, and must be registered with the System for Award Management (SAM) to submit proposals.
    X-Ray Baggage Scanner
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an X-Ray Baggage Scanner under a combined synopsis/solicitation format. This opportunity is set aside for small businesses and aims to acquire commercial products or services that enhance security and detection capabilities. The X-Ray Baggage Scanner will play a crucial role in ensuring safety and security at various military installations and operations. Interested vendors should direct inquiries to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com, as proposals are being requested without a formal written solicitation being issued.
    Explosive and Drug Detection Equipment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of explosive and drug detection equipment, including one desktop unit and two handheld devices. The desktop detector must be equivalent to the Bruker Detector Flex, capable of analyzing a wide range of drugs and explosives, while the handheld units should match the Bruker Detector Flex Roadrunner specifications, featuring similar detection capabilities and durability for various environmental conditions. This procurement aims to enhance detection capabilities at Keesler Air Force Base in Mississippi, supporting law enforcement and safety efforts. Interested parties, particularly women-owned small businesses, can direct inquiries to Eric Dismuke at eric.dismuke.1@us.af.mil or Kimberley L. Alvarez at kimberley.alvarez.1@us.af.mil, with proposals due as specified in the solicitation documents.
    X-RAY MAINTENANCE & REPAIR SERVICES
    Active
    Dept Of Defense
    The Defense Threat Reduction Agency (DTRA) is seeking qualified service providers to deliver maintenance and repair services for Rapiscan Orion X-Ray machines, specifically models 928DX and 922DX, at its facilities in Fort Belvoir, Virginia, and Kirtland Air Force Base, New Mexico. The contractor will be responsible for providing repairs, preventative maintenance, and annual radiation certification in accordance with operational manuals and regulatory requirements. These X-Ray systems play a critical role in supporting DTRA's mission to counter weapons of mass destruction and improvised threat networks. Interested vendors should submit their capability statements, including relevant company information, to the primary contacts John E. Anderson III and Jude Osudoh by email, with responses limited to seven pages. This request is for market research purposes only and does not guarantee a contract award.
    21 CS CRFS RFEye Spectrum Monitoring Nodes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of 21 CRFS RFeye Spectrum Monitoring Nodes to enhance the existing spectrum monitoring capabilities at Schriever Space Force Base (SSFB) in Colorado. The procurement involves the design, engineering, installation, and testing of a new node to complement the current Commercial-Off-The-Shelf (COTS) turn-key spectrum monitoring system, which is crucial for monitoring and recording the radio frequency environment in the area. This initiative is part of a broader effort to modernize federal procurement processes and improve national security through advanced technology, with a focus on small business participation as indicated by the total small business set-aside designation. Interested vendors must submit their quotations by September 19, 2024, and can direct inquiries to John A. Hughes at john.hughes.31@us.af.mil or Sara Tolva at sara.tolva@spaceforce.mil.
    7 LRS Bldg 7004 Vindicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the 7th Logistics Readiness Squadron at Dyess Air Force Base, Texas, is seeking a contractor to install a Honeywell Vindicator Intrusion Detection System in Building 7004, Room 136. The procurement includes the installation of the system, necessary cabling and conduit, training for personnel, and subsequent testing to ensure operational effectiveness. This system is crucial for maintaining security standards at the base, as it is the approved alarm system for the Air Force, necessitating certified installation and training. Interested vendors must submit their quotes via email by September 20, 2024, with the contract evaluation focusing on brand-name compliance and overall value, while ensuring adherence to small business participation requirements. For further inquiries, contact Madison Duarte at madison.duarte.1@us.af.mil or call 325-696-2215.
    X-Ray Inspection System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of an X-Ray Inspection System for the Sierra Army Depot (SIAD) in Herlong, California. The system must meet stringent specifications, including a tunnel size capable of scanning objects up to 59 inches by 70.9 inches, a conveyor that can handle a minimum weight of 1200 kg, and advanced safety features such as low radiation exposure and a steel penetration capability of at least 28 mm. This procurement is crucial for enhancing inspection processes and ensuring operational efficiency within military operations. Interested parties are encouraged to submit their company capability statements, including socioeconomic status and relevant identifiers, to the primary contact, Justin Lyu, at justin.y.lyu.civ@army.mil, as this is a Sources Sought Notice intended for market research only, with no solicitation currently available.
    Schriever SFB Under Vehicle Surveillance System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of an Under Vehicle Surveillance System (UVSS) for Schriever Space Force Base in Colorado. The contractor will provide a Brand Name or Equal UVSS, including a License Plate Reader and facial recognition capabilities, along with installation, training, and a 12-month warranty for each item. This system is critical for enhancing security at military installations by enabling rapid deployment and effective surveillance of vehicles entering the base. Interested small businesses must submit their quotes by the deadline of September 19, 2024, and can direct inquiries to Jac M Nichols or Linda A. Cummings via the provided contact information.
    Request For Quote - Deployable Automatic Number Plate Recognition (ANPR) Speed Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is soliciting quotes for a Deployable Automatic Number Plate Recognition (ANPR) Speed Camera system under solicitation number F1S3AL4233AW01. The procurement is set aside for small businesses and requires key components such as a Bosch 7100IR Static Bullet Camera, a 512GB SD card, a deployable tripod, a solar power kit, and an enclosure, all designed to operate without cloud connectivity and powered by solar energy. This system is crucial for enhancing traffic enforcement capabilities by capturing clear images of speeding vehicles, with an estimated delivery timeline of 90 days after order receipt. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Jasmine Waterman at jasmine.waterman@us.af.mil or Rebecca Snyder at rebecca.snyder@us.af.mil.