Mobile X-Ray Baggage Scanners
ID: W9124D25QA008Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

HAZARD-DETECTING INSTRUMENTS AND APPARATUS (6665)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide mobile X-ray baggage scanners for 17 Military Entrance Processing Stations (MEPS) across the United States. The procurement includes the supply, delivery, installation, training, and warranty for the scanners, along with the removal and disposal of outdated equipment. This initiative aims to enhance security measures at MEPS, ensuring compliance with federal safety and operational standards. Interested contractors must submit their proposals by April 16, 2025, and can direct inquiries to Adam Buchert at adam.p.buchert.civ@army.mil or John Haarala at john.haarala3.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines the Statement of Work (SOW) for a contract aimed at replacing and upgrading mobile X-ray baggage scanners at 17 Military Entrance Processing Stations (MEPS). The United States Military Entrance Processing Command (USMEPCOM) manages these scanners, which are essential for screening bags for prohibited items as current scanners have exceeded their operational lifespan. The contract specifically requires the contractor to provide and install new scanners, provide on-site training for personnel, and manage the removal and disposal of the old equipment following appropriate safety regulations. Key tasks include ensuring that the new equipment meets specified performance standards, providing warranty support for one year post-installation, and guaranteeing compliance with security protocols for contractor personnel. The document elaborates on delivery schedules, training requirements, and the need for quality assurance. This contract exemplifies the federal government's effort to ensure secure military recruitment operations through advanced technology while adhering to compliance standards and efficient contractor performance metrics.
    The U.S. Army Mission and Installation Contracting Command at Fort Knox is preparing to release a Request for Quote (RFQ) for the procurement of approximately 16 mobile X-ray baggage scanners. This initiative is specifically aimed at supporting the United States Military Entrance Processing Command (USMEPCOM) and will lead to a firm fixed price supply contract. The RFQ is classified under Hazard-Detecting Instruments and falls under the NAICS code for Irradiation Apparatus Manufacturing. The solicitation is set aside exclusively for small businesses. Key dates include the posting of the RFQ on SAM.gov on or around February 4, 2025, with quotes due by March 3, 2025, and an anticipated award date of March 10, 2025. All inquiries regarding the solicitation should be directed to designated contract specialists via provided emails. This procurement reflects the military's commitment to enhancing security measures at Military Entrance Processing Stations (MEPS) through the acquisition of advanced scanning technology.
    The government document outlines industry responses to key queries regarding a Request for Quote (RFQ) for the provision of mobile X-ray baggage scanners by MICC – Ft. Knox. It clarifies that both a Program Manager and a Contract Manager are considered key personnel, and confirms the increase of scanner dimension width to 34.2 inches. The document specifies that an entry roller table is required as an integral part of the X-ray machine and states that the minimum conveyor speed can be set to 20 cm/s. It highlights the primary threats to be detected, including firearms and explosive devices, while recognizing the role of automated technology in threat detection. The estimated runtime for operation on power is defined as 5-10 minutes using a standard 120VAC power plug. Inside delivery to installation locations is mandated, and it is assumed that X-ray operators will possess relevant prior experience. The document notes that the RFQ seeks 17 mobile X-ray baggage scanners and confirms that the estimated delivery by 1 July 2025 includes installation and training. All stated timelines are subject to change. This document serves as an essential reference for bidders in understanding the expectations and requirements of the impending RFQ process.
    The document outlines a federal solicitation for Women-Owned Small Businesses (WOSB) to provide mobile X-ray baggage scanners along with associated services to 17 Military Entrance Processing Stations (MEPS) across the United States. The scope includes the supply, delivery, installation, training, and warranty for the scanners, with the contractor responsible for removing and disposing of outdated equipment. Each line item specifies distinct quantities and locations for delivery, highlighting the contractors' obligations and terms under FAR regulations, including detailed clauses for contract administration, inspection, and payment processes. The contract emphasizes the importance of meeting specific quality and safety standards as outlined in the Scope of Work (SOW). This solicitation supports federal goals to enhance security measures at MEPS while promoting the involvement of women-owned businesses in government contracting.
    The document outlines an amendment to a government solicitation for the procurement of mobile X-ray baggage scanners. The amendment extends the submission deadline from April 9 to April 11, 2025, and addresses questions received from industry regarding the specifications for the scanners. Key highlights include the requirement for 17 scanners from Astrophysics, clarification on the necessity of entry and exit roller tables, and the establishment of a minimum UPS rating of 600VA. Notably, the document updates relevant Federal Acquisition Regulation (FAR) clauses to comply with current laws and executive orders affecting the procurement process. It emphasizes the importance of acknowledging the amendment to prevent offer rejection, and outlines how contractors may modify their bids accordingly. Additional information pertains to the contractor's responsibilities regarding compliance with federal standards and the retention of records. This document is part of the formal process of government contracting, specifically pertaining to federal grants and RFPs, highlighting clarity, compliance, and contractor requirements in the procurement of commercial products and services.
    This document details an amendment to a federal solicitation for a contract, extending the deadline for offer submissions to April 16, 2025. It specifies that offers must acknowledge receipt of the amendment through specified methods, and failure to do so may lead to rejection of the offer. Key amendments include the incorporation of several Defense Federal Acquisition Regulation Supplement (DFARS) clauses related to the Buy American Act and export-controlled items. The amendment outlines various modifications to contract clauses that contractors must comply with, including requirements from several executive orders aimed at ensuring ethical practices, equal opportunity, and small business utilization. The point of contact for questions is provided, indicating that the document serves both as a procedural guideline for contractors and as a compliance framework for federal procurement processes. This amendment exemplifies the government's efforts to maintain regulatory adherence while encouraging participation from a diverse pool of contractors.
    The Statement of Work (SOW) details a firm-fixed-price contract for the lifecycle replacement of mobile X-ray baggage scanners at 17 Military Entrance Processing Stations (MEPS). The United States Military Entrance Processing Command (USMEPCOM) oversees the screening of belongings to ensure safety. The project aims to install new scanners that meet specific technical and operational standards while removing outdated equipment in compliance with relevant regulations. The contractor is required to provide on-site training for personnel, a one-year warranty, and maintain a 24/7 support contact for warranty issues. The document stipulates operational hours, security requirements, and the need for contractor personnel to comply with identification protocols. It emphasizes safeguarding government property and ensuring performance standards are met, as deficiencies may impact contractor ratings. The contract's execution will adhere to applicable federal regulations, ensuring adherence to safety and operational quality throughout the installation and removal process. This project illustrates the government's effort to enhance security screening capabilities within military facilities.
    The Statement of Work (SOW) outlines a contract for the replacement and upgrade of mobile X-ray baggage scanners across 17 Military Entrance Processing Stations (MEPS) by the United States Military Entrance Processing Command (USMEPCOM). The primary objectives include providing and installing new scanners, disposing of outdated equipment, and training personnel on the new systems. Key tasks involve adhering to specified technical standards, ensuring a one-year manufacturer warranty, and maintaining compliance with security and safety regulations. The contract is a firm-fixed-price agreement, and work must occur during set hours on weekdays, excluding federal holidays. Requirements for contractual personnel include identification and adherence to governmental security procedures. Performance metrics emphasize timely delivery of equipment and training; failure to meet standards can negatively affect contractor ratings. Notably, the document includes specific characteristics for the scanners, such as dimensions, imaging capabilities, and installation processes, which highlight the contract's detailed nature. This SOW is crucial in ensuring that the MEPS are equipped with updated technology for effective screening of applicants entering the Armed Services.
    The document outlines the locations of X-ray machines manufactured by Astrophysics across various military and federal facilities. A total of 17 sites are listed, each indicating a specific address, point of contact (POC), and corresponding phone number for queries. The X-ray machine model referenced is predominantly the XIS-6040, with one entry for the XIS-6545. The locations span major cities in the United States, including Baltimore, Boston, and San Antonio. Each entry provides crucial details such as the manufacturer's serial number and specific contact persons, enabling efficient communication for maintenance or operational inquiries. This file appears to serve logistical and operational purposes, likely in the context of federal oversight and management of critical medical imaging equipment, pertinent to government procurement and facility management.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    Salt Lake City Military Entrance Processing Station Noon Meals
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting quotes from qualified vendors to provide noon meals for applicants at the Salt Lake City Military Entrance Processing Station (MEPS). The contract requires the provision of boxed meals, specifically submarine sandwiches and accompanying items, adhering to strict food safety and sanitation standards, with service expected Monday through Friday, and some Saturdays, excluding holidays and training days. This procurement is crucial for supporting the nutritional needs of Armed Forces applicants during their processing, ensuring they receive adequate meals in a timely manner. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by December 23, 2025, with a total estimated award amount of $47,000,000.00 for the contract period, which includes a base year and two one-year options. For further inquiries, vendors can contact Adam Buchert at adam.p.buchert.civ@army.mil or Tara E. Glass at tara.e.glass.civ@mail.mil.
    Radiology Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Radiology Blanket Purchase Agreement (BPA) to provide diagnostic imaging services at Fort Knox, Kentucky. This procurement is set aside for small businesses under NAICS code 621512, which encompasses Diagnostic Imaging Centers, and requires offerors to submit a completed BPA price list as part of their proposals. The services are critical for supporting military healthcare operations, ensuring timely and effective radiological assessments. Proposals are due by 2:00 PM Eastern Daylight Time (EDT) on December 18, 2025, and must be submitted via email to Justin Balster at justin.balster2.civ@health.mil and MAJ Jason Holck at jason.t.holck.mil@health.mil, with all offerors required to be registered in the System for Award Management (SAM) prior to award.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    6350--Portable Metal Detection System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a Portable Metal Detection System for the VA Phoenix Health Care System, with a focus on small business participation. The procurement requires a system that meets specific performance criteria, including high sensitivity for detecting ferrous metals, adjustable thresholds, and durability for both indoor and outdoor use, while also ensuring compliance with major standards for walk-through metal detectors. This equipment is crucial for enhancing security measures within the healthcare facility. Interested vendors must submit their written offers by December 19, 2025, at 15:00 Pacific Local Time, and any questions regarding the solicitation should be directed to Contracting Officer Victor Oliveros at victor.oliveros@va.gov by December 16, 2025.
    Handheld X-Ray Fluorescence for ERDC GSL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Engineer Research and Development Center (ERDC), is seeking quotes for a Handheld X-Ray Fluorescence (XRF) device designed for detecting elemental concentrations in soils and sediment deposits. The procurement requires a lightweight and compact device with specific technical specifications, including a Gold anode, a Silicon Drift Detector, and capabilities for data analysis and report generation. This equipment is crucial for environmental assessments and material analysis, ensuring accurate and efficient data collection in the field. Interested vendors must submit their offers by December 3, 2025, to the designated contacts, Angela Stokes and David Ammermann, with delivery expected by March 16, 2026, to Vicksburg, Mississippi.
    63--DETECTOR,METAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 450 units of metal detectors, identified by NSN 6350015205825. This solicitation is part of a total small business set-aside initiative, emphasizing the importance of these detectors for security detection purposes within military operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with the deadline for quotes set for 28 days after the award date.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Microbial Identification System (MIS)
    Dept Of Defense
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
    Medical Physics Testing
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a federal contract titled "Medical Physics Testing," which is set aside for small businesses under NAICS code 541990. The objective of this procurement is to provide medical physics testing services, with the contract performance taking place at Fort Campbell, Kentucky. This service is crucial for ensuring the quality and safety of medical, dental, and veterinary equipment and supplies. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck. Offerors are encouraged to review all attached documents for additional details and clarifications regarding the solicitation.