ContractCombined Synopsis/Solicitation

Linear Accelerator

DEPT OF DEFENSE HU000125Q0028
Response Deadline
Aug 18, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Uniformed Services University of the Health Sciences (USUHS) is seeking vendors to provide a replacement Clinical Linear Accelerator (LINAC) for the Armed Forces Radiobiology Research Institute (AFRRI) in Bethesda, Maryland. The procurement includes delivery, installation, commissioning, onsite training, and warranty for the new LINAC, as well as the removal and disposal of the existing equipment. This LINAC is crucial for research related to the effects of ionizing radiation, and the specifications include various photon and electron energy capabilities, imaging systems, and safety compliance measures. Interested vendors must submit their quotes by August 18, 2025, and are required to be registered in SAM.gov. For further inquiries, contact Shea Foster at shea.foster@usuhs.edu or Christopher White at christopher.white@usuhs.edu.

Classification Codes

NAICS Code
334517
Irradiation Apparatus Manufacturing
PSC Code
6640
LABORATORY EQUIPMENT AND SUPPLIES

Solicitation Documents

16 Files
RFQ AFRRI LINAC.pdf
PDF180 KBJul 15, 2025
AI Summary
The Uniformed Services University of the Health Sciences (USUHS) is requesting quotes for a new clinical linear accelerator (LINAC) under solicitation number HU000125Q0028, issued on July 15, 2025. This RFQ invites full and open competition for vendors to replace a LINAC used in research by the Armed Forces Radiobiology Research Institute (AFRRI). Proposals must be submitted by August 14, 2025, with a site visit scheduled for July 29, 2025, where potential vendors must adhere to strict security protocols for base access. The awarded vendor will be responsible for the delivery, installation, training, and disposal of the older LINAC, with the work needing completion before planned government construction activities starting March 1, 2026. Evaluation will focus on technical solutions, past performance, and pricing, with the government seeking the best value rather than the lowest bid. Vendors must provide detailed technical specifications, warranty information, and past project references as part of their submission. Any amendments and additional information will be posted on the government procurement website. Compliance with federal acquisition regulations is mandatory, and the government reserves the right to cancel the solicitation if needed.
Atch 3 - NSAB Map.pdf
PDF2728 KBJul 16, 2025
AI Summary
The document provides a detailed map of the Uniformed Services University (USU) and its main locations, specifically on the first floor. Key facilities include the USU Clinic, lecture halls, the Admissions Office, and various student amenities such as cafeterias, lounges, and the learning resource center. Additional features consist of a gym, a book store, and outdoor recreation areas, all accessible through a central courtyard. The map also indicates accessible routes to parking and other supportive buildings like the Fire Department, Child Development Center, and Fisher Houses. It serves as an essential navigational tool for users within the USU and surrounding facilities, facilitating access to academic and support services vital for students and staff. The overarching purpose aligns with improving institutional accessibility and guiding individuals in navigating campus resources, ultimately contributing to a more effective academic and operational environment.
RFQ AFRRI LINAC Amendment 0001.pdf
PDF180 KBJul 16, 2025
AI Summary
The Uniformed Services University of the Health Sciences (USUHS) is soliciting quotes for a new clinical linear accelerator (LINAC) through Solicitation Number HU000125Q0028. This procurement aims to replace the current LINAC used at the Armed Forces Radiobiology Research Institute (AFRRI) for research on ionizing radiation effects. Key activities include delivery, installation, training, and disposal of the previous LINAC. A site visit is scheduled for 29 July 2025, requiring vendors to complete a SECNAV 5512 form for base access. The evaluation process will assess technical solutions, warranty terms, software support, infrastructure modifications, past performance, and price to determine the best value for the government. Vendors must provide previous contract details and technical specifications, highlighting compliance with regulations. The government reserves the right to cancel the solicitation without financial obligation. Quoters are encouraged to inspect the site and must submit written questions by 21 July 2025. Quotes are due by 14 August 2025, and participation is contingent on registration with the System for Award Management (SAM). This RFQ showcases the government's competitive procurement process for essential laboratory equipment, ensuring compliance and efficiency in its research endeavors.
Atch 2 - LINAC Requirements and Specifications.pdf
PDF190 KBJul 16, 2025
AI Summary
The document outlines the requirements and specifications for the acquisition and installation of a Linear Accelerator (LINAC) at the AFRRI facility. Key aspects include delivery logistics, with specifics on installation space dimensions and accessible pathways for the equipment. The project encompasses the removal of an existing Elekta Infinity LINAC and necessitates onsite training for personnel. Essential LINAC specifications include photon capabilities with at least three energy levels (mandatory 4 MV), a minimum field size of 40 cm x 40 cm, and advanced shaping features. Electron specifications require various energy settings (6 MeV, 9 MeV, 12 MeV, and 15 MeV) alongside specific applicators. The system must also include MV portal imaging, kV cone-beam CT imaging, laser alignment, and advanced CCTV and intercom systems to enhance operational functionality and safety. Overall, the document serves as a formal procurement guideline, detailing precise technical and operational requirements aimed at ensuring that the LINAC meets health, safety, and operational performance standards within the context of government contracting processes. It aligns with federal RFP protocols, ensuring compliance with necessary specifications for medical equipment installations.
HU000125Q0028 0001.pdf
PDF607 KBJul 16, 2025
AI Summary
This document outlines an amendment to a solicitation for bids associated with the Uniformed Services University. The main focus is on the acknowledgment of receipt of the amendment, with specific instructions for bidders on how to confirm acceptance by the required deadline. Key changes include the removal of the term "tentative" from the site visit details and the deletion of specific security language from the original Request for Quote (RFQ). The site visit is rescheduled for July 29, 2025. It emphasizes that any changes to submitted offers must reference the amendment and be communicated before the opening date. The document maintains that all other terms and conditions remain unchanged and provides a standardized format for documenting amendments and modifications to contracts. This ensures clarity and compliance with federal contracting procedures.
Attch 1 - Provisions and Clauses.pdf
PDF133 KBJul 16, 2025
AI Summary
The document outlines a federal government Request for Proposal (RFP) associated with various clauses and stipulations relevant to contractors interacting with the Department of Defense (DoD). It incorporates numerous clauses addressing compensation for former officials, whistleblower rights, use of telecommunications equipment, compliance with domestic sourcing regulations, and electronic payment processes. Some clauses highlight prohibitions against utilizing products from specific regions, like the Xinjiang Uyghur Autonomous Region and entities linked to the Maduro regime. Additionally, it mandates unique item identification and valuation for items delivered, ensuring traceability and accountability. The document aims to standardize procurement processes while reinforcing compliance with ethical, legal, and safety standards. It serves as a guiding framework for contractors, ensuring they meet federal regulations and uphold necessary operational integrity throughout the execution of contracts. This comprehensive guideline reflects the government's commitment to transparency, fair competition, and national security in federal procurement practices.
RFQ AFRRI LINAC Amendment 0001.pdf
PDF180 KBAug 8, 2025
AI Summary
The Uniformed Services University of the Health Sciences (USUHS) issued Solicitation Number HU000125Q0028, a Request for Quote (RFQ) for a Clinical Linear Accelerator (LINAC) replacement at the Armed Forces Radiobiology Research Institute (AFRRI). This full and open competition, under NAICS code 334517, requires vendors to provide delivery, installation, commissioning, onsite training, and warranty for a new LINAC, along with the removal and disposal of the existing one. A tentative site visit is scheduled for July 29, 2025, requiring mandatory pre-registration via SECNAV 5512 form for base access. Quotes will be evaluated based on technical solution (meeting specifications, warranty, software support, infrastructure modifications, and schedule plan), past performance, and price, with a best value trade-off approach. Responses are due by August 14, 2025, and vendors must be registered in SAM.gov.
Attch 1 - Provisions and Clauses.pdf
PDF133 KBAug 8, 2025
AI Summary
This government file, HU000125Q0028, outlines a comprehensive set of clauses and provisions for federal acquisitions, primarily focusing on compliance, ethical conduct, and supply chain security. Key sections address requirements for unique item identification and valuation (UIUID), emphasizing machine-readable data elements for traceability of delivered items, especially those exceeding a unit acquisition cost of $5,000. It mandates specific data matrix symbology and reporting procedures via the Wide Area WorkFlow (WAWF) system for both end items and embedded components. The document also details regulations concerning 'Only One Offer' scenarios, requiring cost or pricing data submission and certifications. Furthermore, it incorporates various socio-economic representations and certifications, including those for small businesses (veteran-owned, disadvantaged, women-owned, HUBZone), and compliance with 'Buy American' and 'Trade Agreements' acts. Clauses on prohibition of covered defense telecommunications equipment, hexavalent chromium, and business operations with the Maduro Regime and Xinjiang Uyghur Autonomous Region are also included. The document ensures adherence to federal acquisition regulations and promotes transparency and accountability in government contracts.
Atch 2 - LINAC Requirements and Specifications.pdf
PDF190 KBAug 8, 2025
AI Summary
This document, "Attachment 2 – LINAC Requirements and Specifications," outlines the detailed requirements for the procurement and installation of a new LINAC (Linear Accelerator) system. Key aspects include FOB delivery with site-specific access considerations (e.g., freight elevator, door opening), installation at Bldg 42, Room 1127, with precise space dimensions, and commissioning. The project also mandates the removal and disposal of the existing Elekta Infinity LINAC and provides for onsite training. The minimum specifications for the new LINAC cover photon energies (4 MV, 10 MV, 15 MV with 4 MV being essential), a minimum 40 cm x 40 cm field size, high-resolution beam shaping, and a multi-leaf collimator. Electron specifications include energies (6 MeV, 9 MeV, 12 MeV, 15 MeV) and specific aperture plate electron beam applicators. Additional requirements include MV portal imaging, kV cone-beam CT imaging, a laser alignment system, a comprehensive CCTV system, and an intercom system.
Atch 3 - NSAB Map.pdf
PDF2728 KBAug 8, 2025
AI Summary
The provided document is a map of the Uniformed Services University (USU) and the National Support Activity Bethesda (NSAB), detailing key locations and facilities. The USU map highlights first-floor locations within Buildings A, B, C, and D, including clinics, lecture halls, offices, the cafeteria, bookstore, gym, and IT Help Desk. It also notes access points like elevators, stairs, and a courtyard. The NSAB map lists various facilities by building number, such as the Base Fitness Center, ID/CAC Office, Fire Department, Fisher Houses, Child Development Center, Wendy's, gas station, and several parking areas. It also identifies patient parking, Solace, Comfort, Tranquility, and Sanctuary Halls, the Navy Exchange (NEX), USO, Satellite Pharmacy, and Security/Pass ID Office. The document includes a QR code for a Walter Reed National Military Medical Center map, indicating a broader campus context. This comprehensive map serves as a guide for navigating the USU and NSAB campuses, providing essential information for personnel, visitors, and patients regarding building locations and services.
Atch 4 AFRRI Floor Plan.pdf
PDF307 KBAug 8, 2025
AI Summary
The provided document, likely a floor plan or schematic for a government facility, details the layout of AFRRI Level 1 and portions of Building 45. It outlines various rooms and areas, including offices, laboratories, storage spaces, mechanical rooms, corridors, and specialized facilities such as CT Control Rooms, CT Exposure Rooms, LINAC Exposure Rooms, and Cobalt Exposure Rooms. The document also indicates the location of stairs, elevators, and critical infrastructure like emergency electrical and water systems. Key access routes, identified as "Green Route" and "Red Route," are specified with details on maximum weight capacity for loading docks and minimum passage widths, suggesting logistical considerations for equipment or material movement. The overall purpose appears to be an architectural or facility management reference, potentially for operational planning, maintenance, or future modifications within a scientific or medical research context, given the specialized exposure and lab rooms.
Atch 5 Elevator Dimensions.pdf
PDF69 KBAug 8, 2025
AI Summary
The document details various measurements related to doorways, a loading dock opening, and an elevator within a facility. Key dimensions provided include door widths of 133 inches, 130 inches, and 120 inches. The loading dock opening is specified as 61 inches wide, while a first-floor opening measures 64 inches. The elevator has a height of 94.5 inches, with an opening height of 83.5 inches and an additional measurement of 86 inches. This information is likely crucial for logistical planning, equipment installation, or accessibility assessments in the context of federal, state, or local government projects such as RFPs or grants, where precise spatial data is often required for facility modifications or new constructions.
Atch 6 LINAC - Alternate Route.pdf
PDF35 KBAug 8, 2025
AI Summary
The provided document outlines the dimensions and pathways for navigating equipment or materials within a facility, likely in the context of a government RFP, federal grant, or state/local RFP. It details specific measurements for various points, including 69.5", 61.5", 79", 168", 71.5", 53.5", 97.5", 38.5", 45", 75.5", 54.5", 95", and 76.5". The diagram indicates a "Loading dock" and an "Alternate Route via Bldg 47 1st Floor Loading Dock." A critical instruction emphasizes that "Door openings CANNOT be altered." The document also references an "Exposure room entrance maze." This information is crucial for logistical planning, ensuring that large equipment or materials can be moved through the facility without requiring structural modifications to doorways, particularly important for compliance and safety in government-funded projects.
Linear Accelerator Solicitation and Site Visit Questions.pdf
PDF166 KBAug 8, 2025
AI Summary
The document addresses vendor questions regarding a Linear Accelerator (LINAC) solicitation (HU000125Q0028). Key requirements include a 6X FFF energy, a power conditioner with onboard imaging capabilities (MV portal and kV CBCT), and a Turn Key installation. The government will conduct shielding and radiation surveys and does not require quotes to include an Oncology Information System (OIS) or Treatment Planning System (TPS). Existing terrazzo flooring and casework will remain. The LINAC must be DoD ATO compliant. Elevator dimensions and an alternative route for access are provided. Acceptance testing is required, but comprehensive commissioning measurements for treatment planning systems are not. Vendors are responsible for delivery to the LINAC room and should propose comprehensive warranty solutions, considering a period of inactivity for future renovations. Quotes should also include manufacturer utility infrastructure requirements and costs for preparatory work. Construction schedules will be provided post-award, and vendors must identify government responsibilities for warranty coverage during construction.
HU000125Q0028 0001.pdf
PDF607 KBAug 8, 2025
AI Summary
This government file outlines the procedures for amending solicitations and modifying contracts using Standard Form 30. It details how offerors must acknowledge amendments, either by completing specific items on the form, acknowledging receipt on their offer copies, or through separate written communication. Failure to acknowledge an amendment by the specified deadline may result in the rejection of an offer. The document also provides instructions for completing various sections of the form, including effective dates for different types of modifications, accounting data, and a description of the amendment/modification. For this specific amendment (HU000125Q0028), its purpose is to remove the "tentative" designation from the site visit verbiage on page 2, confirming the site visit will occur on July 29, 2025, at 1:00 PM EDST, and to remove security verbiage from page 6 of the RFQ. All other terms and conditions remain unchanged.
HU000125Q0028 0002.pdf
PDF108 KBAug 8, 2025
AI Summary
This document is an amendment to solicitation number HU000125Q0028, issued by the Uniformed Services University Acquisition Directorate. The purpose of this amendment, dated August 8, 2025, is to incorporate vendor questions and answers from a site visit conducted on July 29, 2025. Additionally, it includes new attachments detailing the AFRI floor plan, elevator dimensions, and an alternate route to the LINAC room. A significant change is the extension of the solicitation closing date to August 18, 2025, at 12:00 p.m. ESDT. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the deadline may result in offer rejection. Any changes to a submitted offer due to this amendment must also be received by the specified opening date and time.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 15, 2025
amendedAmendment #1· Description UpdatedJul 16, 2025
amendedLatest Amendment· Description UpdatedAug 8, 2025
deadlineResponse DeadlineAug 18, 2025
expiryArchive DateSep 2, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS)
Office
USUHS

Point of Contact

Name
Shea Foster

Place of Performance

Bethesda, Maryland, UNITED STATES

Official Sources