Service Maintenance Agreement for Nikon X-Ray Machine
ID: FA8601-25-Q-0161SSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Diagnostic Imaging Centers (621512)

PSC

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

    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking capabilities packages from potential sources for a Service Maintenance Agreement for a Nikon X-Ray Machine located at Wright-Patterson Air Force Base (WPAFB) in Ohio. The procurement aims to ensure comprehensive maintenance services, including preventive and remedial maintenance, adhering to manufacturer specifications, with key requirements such as biannual inspections, annual radiation surveys, and a 72-hour response time for emergency repairs. Interested firms, particularly small businesses and those with specific socio-economic statuses, must submit their capabilities packages by August 14, 2024, at 11:00 AM EDT, to the designated contacts, Dametria Walder and Claire Hess, via email. This sources sought notice is for market research purposes only and does not constitute a request for proposals.

    Point(s) of Contact
    Files
    Title
    Posted
    The FA8601-25-Q-0161SS Sources Sought document outlines requirements for interested parties to provide information for a potential Air Force acquisition, likely for a Nikon X-Ray Machine Service Maintenance Agreement. Respondents must submit company details, socio-economic status, DUNS/CAGE Code, web page URL, and indicate if they are the manufacturer. Critical information includes foreign ownership disclosure, proprietary data release policy, standard warranty details, and recent commercial sales history. Small businesses interested in being prime contractors must address compliance with FAR clause 52.219-14 regarding subcontracting limitations. All potential respondents should provide feedback on areas suitable for small business subcontracting if the acquisition is not set aside. Additionally, a capabilities package is required, detailing the country of service maintenance, facility capabilities, staff composition, past project experience, any precluding requirements, and market pricing information for the product/service.
    This Performance Work Statement outlines the requirements for a service maintenance agreement for a Nikon XTH225 ST X-ray machine at Wright-Patterson AFB. The contractor will provide all personnel, equipment, and parts for preventive and remedial maintenance, adhering to manufacturer recommendations. Key services include twice-annual mechanical and electrical inspections, annual radiation surveys, and a 72-hour on-site response time for emergency repairs. The contractor is responsible for most parts, excluding consumables and specific system components, and must complete repairs within five days. Software upgrades for Nikon software are included, but third-party software is not. The agreement also details government-furnished utilities, hours of operation, security requirements, and special qualifications for contractor personnel, including strict adherence to environmental regulations and hazardous material handling. The contract is a one-year agreement with 100% payment upon completion.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Zeiss XTR Probe Head
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Zeiss XTR Probe Head and associated components for the Oklahoma City Air Logistics Complex at Tinker Air Force Base. The requirements include one Zeiss Vast XTR Gold Probe Head, ten Zeiss Vast XTR Adapter Plates, and five Zeiss Vast XTR Probe Change Sockets, along with comprehensive technical documentation and a one-year warranty for all items. These components are critical for the operation of the Zeiss Contura Coordinate Measuring Machine, which is essential for precision measurement and testing in various defense applications. Interested vendors, particularly small businesses, should contact Brian Eakers at brian.eakers@us.af.mil or Kyle Newcomb at Kyle.newcomb@us.af.mil for further details, as this opportunity is set aside for total small business participation.
    SOURCES SOUGHT//SDVOSB - Dover AFB Isochronal Stand Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the maintenance of the Isochronal Stand System at Dover Air Force Base (AFB). The procurement aims to secure a contractor capable of providing comprehensive management, tools, supplies, and labor for preventative maintenance, unscheduled repairs, and emergency services related to the Kern Steel Fabrication, Inc. ISO Stand System, which is critical for the operational readiness of the C-5 Galaxy aircraft. Interested parties must submit a capability statement demonstrating relevant experience and qualifications by December 15, 2023, with responses directed to 2d Lt Travis Ambrose and Ms. Charidy Vessels via email. The anticipated contract period spans from March 1, 2026, to September 30, 2030, with a focus on Service-Disabled Veteran-Owned Small Business participation.
    THM-100 Maintenance and Service
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking maintenance and service for a THM-100 Monitor, with the procurement managed by the 97th Contracting Squadron at Altus, Oklahoma. The requirement is for specialized service and maintenance, which is intended to be awarded to Aqua Metrology System LTD, as they are the only source capable of fulfilling this need. This procurement is critical for ensuring the operational reliability of the monitoring equipment used in various applications, and interested parties must submit a capability statement by December 11, 2025, at 11:30 AM CST, via email to the designated contacts. For further inquiries, potential respondents can reach out to TSgt Kevin Pillow or Mr. Scott Swain at the provided email addresses.
    MERIDIAN IV MAINTENANCE
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a sole-source contract for the maintenance of the Meridian IV Microscope and its associated components from FEI COMPANY. This procurement is critical for ensuring the timely and effective servicing of specialized equipment, as FEI Systems holds proprietary rights and possesses the necessary trained personnel and certified repair parts. The solicitation, identified as N00164-26-Q-0019, has an issue date of December 1, 2025, and a closing date of December 8, 2025, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can submit capability statements to the primary contact, Cierra Vaughn, at cierra.n.vaughn2.civ@us.navy.mil.
    Spare Procurement
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the manufacture of a MODULE KIT, SERVO VA (NSN 2915-01-244-5400NZ, P/N 20105100). This procurement aims to assess whether the requirement can be fulfilled competitively or as a Small Business Set-Aside, with interested businesses expected to provide all necessary labor, materials, and facilities for manufacturing, inspection, testing, and shipping of the item. The selected sources may also be tasked with supply chain management and logistics planning, addressing challenges related to diminishing manufacturing sources. Interested parties must submit their business information and a Source Approval Request (SAR) package by November 14, 2025, and can reach out to Nathan R. Sholund or Gregory Howard via email for further inquiries.
    AN/ALQ-172 Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    Preventive Maintenance and Repair service for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit (base year plus two possible one-year option years)
    Buyer not available
    The Department of Health and Human Services, through the Food and Drug Administration (FDA), is seeking small business sources for preventive maintenance and repair services for the Cryo-Cooler components of a Bruker Biospec 47/40 magnetic resonance imaging (MRI) unit. The contract will cover a base year plus two optional one-year extensions, commencing on December 30, 2025, and includes requirements for one annual on-site preventive maintenance visit, unlimited corrective repairs within three business days, the use of OEM-certified parts and technicians, unlimited software/firmware updates, and priority technical support. This service is critical for maintaining the operational integrity of the MRI unit, which is essential for research and diagnostics. Interested vendors must submit their responses, including business information and capability statements, by December 9, 2025, to Suzanne Martella at suzanne.martella@fda.hhs.gov.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.
    Spares Procurement
    Buyer not available
    The Department of Defense, through the United States Air Force, is conducting market research for the procurement of "LEVER, REMOTE CONTROL" with NSN 3040-01-267-7734NZ and Part Number 4067415. This Sources Sought Synopsis aims to identify potential sources capable of manufacturing, inspecting, testing, and shipping an estimated requirement of 1,500 units, while also considering supply chain management and nonrecurring engineering costs. The procurement is crucial for maintaining operational readiness and support for Air Force equipment, and interested parties must submit a Source Approval Request (SAR) package along with business information by November 29, 2025. For further inquiries, potential vendors can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil.
    Source Sought for MS177B HyperSpectral Imaging (HSI) imaging spectrometer
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the modification of MS-177 legacy sensors to MS-177B sensors as part of a collaborative mission with an Air Force partner. The procurement aims to evaluate the ability and data rights needs for this project, with a particular focus on obtaining cost estimates for Unlimited Rights for Data related to the legacy MS-177 sensor, MS-177A, and MS-177B, as well as a breakdown of costs for various levels of data rights. This initiative is crucial for enhancing Intelligence, Surveillance, Reconnaissance, and Special Operations capabilities at Wright Patterson AFB in Ohio. Interested parties are requested to submit their cost estimates by December 8, 2025, at 4 PM EST, to Collin Harris via email at collin.harris.1@us.af.mil, with copies to john.heinl@us.af.mil and wayne.wolfe.3@us.af.mil.