ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Radiation Gate Monitor Calibration and Repair (CONUS - OCONUS Locations)

DEPT OF DEFENSE SP4510-25-Q-1044
Response Deadline
Aug 11, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the calibration and repair of radiation gate monitors at various locations both within the continental United States (CONUS) and outside (OCONUS). The procurement involves a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract, which includes a base period of 12 months and two optional 12-month periods, with a total estimated contract value of $300,000. The selected contractor will be responsible for providing all necessary personnel, equipment, and materials, ensuring compliance with manufacturer specifications, and delivering detailed calibration reports. Interested parties must submit their proposals by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.

Classification Codes

NAICS Code
541990
All Other Professional, Scientific, and Technical Services
PSC Code
J059
MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS

Solicitation Documents

19 Files
Attachment 4 - Past Performance Questionairre.doc
Word41 KBAug 1, 2025
AI Summary
The document is a Contractor Past Performance Data Sheet intended for use in government contract assessments, particularly by the Defense Logistics Agency (DLA) Disposition Services. It comprises two parts: Part I, to be completed by the offeror, gathers contract details, performance descriptions, and insights on subcontractor use; while Part II is to be filled out by the respondent evaluating the contractor’s past performance. The assessment criteria for the contractor’s performance include technical quality, management efficacy, schedule compliance, small business utilization, and adherence to regulatory requirements. Each criterion features a rating scale (Exceptional to Unsatisfactory) alongside a narrative portion for detailed commentary. The questionnaire ultimately helps to gauge the contractor's reliability and effectiveness in fulfilling contract obligations, which informs decisions on future awards. This process emphasizes the importance of past performance in determining the potential success of subsequent government contracts.
Attachment 3 - RAD Equip. List.xlsx
Excel11 KBJul 9, 2025
AI Summary
The document outlines various radiation monitoring equipment primarily used at military and government locations. It catalogues multiple models from manufacturers such as Ludlum and RadComm, detailing specific product versions like the RACOMM RC4025-4 and LUDLUM M4525-7000. Each entry includes descriptions of serial numbers, stock numbers, and the respective locations of these units, which span across the globe including Turkey, Japan, Germany, and multiple locations within the United States. The focus on these monitoring systems indicates a commitment to safety and security in critical areas by ensuring detection and monitoring of radiation. This file serves as a resource for government entities involved in procurement, grants, and RFPs concerning radiological safety measures, underlining the importance of maintaining operational readiness and environmental health standards across military installations.
Attachment 1 - PWS RAD Monitor Calibration.pdf
PDF254 KBAug 1, 2025
AI Summary
The Performance Work Statement (PWS) outlines the requirements for the Defense Logistics Agency (DLA) Disposition Services' procurement of Radiation Gate Monitor Calibration Services. This contract is a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, lasting up to three years with potential extensions. The contractor is responsible for providing calibration, preventive and corrective maintenance, and training on radiation gate monitors at various DLA sites both in the Continental United States (CONUS) and outside (OCONUS). Key tasks include compliance with safety regulations, conducting calibrations within specified timeframes, submitting detailed calibration reports, and ensuring effective communication with site personnel. Additional aspects covered include emergency repair protocols, contractor responsibilities regarding parts and materials, travel requirements, and adherence to local regulations. The performance metrics, including acceptable performance levels and quality assurance measures, are vital to ensuring service quality. This document serves as a critical guide for vendors bidding on the contract, ensuring they understand the detailed task requirements and responsibilities necessary for compliance with federal standards in equipment maintenance and safety management within the DLA framework.
Attachment 2 - Price Schedule RAD Monitor.xlsx
Excel22 KBAug 1, 2025
AI Summary
The government file details a pricing schedule for the calibration and repair of Radiation Gate Monitors over a defined base period of 12 months, encompassing multiple options for service continuation. It outlines specific quantities for various service line items, including emergency repairs for both continental and overseas operations, as well as provisions for travel, per diem, and parts shipping, each capped at $50,000. The total estimated budget for each option is $100,000, with the cumulative cost across all options reaching $300,000. Importantly, the file notes that the reimbursement for parts will be based on actual costs and cannot be altered by offerors. The document is structured to facilitate adherence to federal procurement regulations, ensuring clarity in cost breakdowns and compliance with service delivery expectations. It serves as a framework for vendors responding to this Request for Proposal (RFP), facilitating structured bids for calibrating, repairing, and training in the maintenance of Radiation Gate Monitors across multiple regions. This initiative aims to ensure the safety and operational effectiveness of radiation detection systems in critical areas.
Attachment 3 - RAD Equip. List - Amend 1.xlsx
Excel12 KBJul 18, 2025
AI Summary
The document details the inventory of various radiation monitoring equipment specified for gate usage, primarily featuring models from Ludlum and Radcomm, including distinct serial numbers and stock identifiers. It lists numerous instances of equipment types such as the Ludlum 3500-1000 and RC4025-4, with varying specifications and quantities intended for government usage across diverse global locations. Key sites implementing this technology for radiation detection include military facilities in Turkey, Germany, Japan, Qatar, and various U.S. states. This detail-oriented file likely serves as a component of federal or state proposals, ensuring the transparency and cataloging of safety equipment critical for national security and environmental monitoring. The emphasis on their deployment across military bases underlines the necessity for radiation safety in operational settings, aligning with government grants and requests for proposals aimed at enhancing military safety protocols. Overall, the document serves to provide an organized overview of available radiation monitoring instruments requisite for compliance and operational effectiveness in defense-related contexts.
SP451025Q1044-Amend 1.pdf
PDF191 KBAug 1, 2025
AI Summary
This document outlines an amendment to solicitation SP4510-25-Q-1044, effective July 18, 2025, for calibration services by the Defense Logistics Agency (DLA) Disposition Services. The amendment addresses questions from potential offerors regarding the scheduling and execution of annual calibrations for equipment at various locations, particularly emphasizing flexibility for simultaneous calibrations where feasible. The document specifies that the calibration services are to be executed under an Indefinite Delivery Indefinite Quantity (IDIQ) contract, allowing for task orders to be issued as needed. It indicates that the government intends to stagger calibration task orders, resulting in a completion timeline of no later than 60 days for CONUS locations and 120 days for OCONUS locations following the respective task order dates. The changes emphasize that calibration orders may vary and that the exact timeline for completion may not align for all locations concurrently. Overall, the amendment serves to clarify logistical arrangements for potential contractors bidding on calibration services, ensuring compliance with the solicitation's requirements and an understanding of anticipated execution timelines.
Attachment 3 - RAD Equip. Amend 2.xlsx
Excel12 KBAug 1, 2025
AI Summary
The document outlines specifications related to various radiation monitoring equipment, specifically highlighting models from manufacturers like Ludlum and Radcomm used for security applications at multiple military and defense locations worldwide. The list includes various models such as Ludlum 3500-1000, Ludlum M4525, and Radcomm RC4025-4, with mention of respective serial and stock numbers. Notably, many units have recurring references to the same model numbers, indicating possibly large-scale deployments or replacements. The monitoring systems have been stationed at international bases, such as Joint Base Pearl Harbor-Hickam in Hawaii and various locations across Europe and Asia, emphasizing their importance in safeguarding against radiological threats. The document reflects a government focus on procurement and inventory management of critical detection equipment necessary for maintaining security at military installations globally, aligning with broader defense and public safety efforts.
Attachment 5 - Site List - Amend 2.xlsx
Excel13 KBAug 1, 2025
AI Summary
The document outlines a comprehensive list of military sites categorized by various U.S. regions as part of federal government RFPs (Requests for Proposals). It divides the sites into regions including the East, Southeast, Gulf, Midwest, Southwest, West, East Pacific, Western Pacific, and Europe/Near East. Each region lists specific military locations, with some sites explicitly named and a note indicating that there are additional sites not listed. The purpose of the document appears to be to organize information regarding these military installations, possibly for contract bidding opportunities or grant applications linked to federal and state procurement processes. By systematizing this data, the document serves a critical role in facilitating communication and project planning for government agencies and contractors, aligning with broader objectives of efficiency and resource management in defense operations.
SP451025Q1044-Amend 2.pdf
PDF169 KBAug 1, 2025
AI Summary
This document is an amendment to a solicitation related to the DLA Disposition Services contract, specifically identified as SP4510-25-Q-1044. Effective August 1, 2025, it updates the equipment list under Attachment 3 and adds Attachment 5, detailing the price schedule's regional locations. The amendment indicates that the solicitation's deadline for receipt of offers remains unchanged. Contractors must acknowledge receipt of this amendment to avoid rejection of offers. It outlines procedures for submitting acknowledgments and modifying existing offers. This document serves as a formal update within federal procurement processes, ensuring all parties have the latest information for compliance and decision-making.
SP451025Q1044-Amend 3.pdf
PDF168 KBAug 6, 2025
AI Summary
This document is an amendment to solicitation number SP4510-25-Q-1044, effective August 6, 2025. Issued by DLA Disposition Services, the amendment updates the equipment list in Attachment 3 and adds new locations to Attachment 5. The original solicitation was dated July 9, 2025. This amendment does not extend the deadline for offer submissions. Offerors must acknowledge receipt of this amendment by completing and returning copies of the amendment, acknowledging it on their offer copies, or sending a separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge receipt before the specified deadline may lead to the rejection of offers.
Attachment 3 - RAD Equip. Amend 3.xlsx
Excel13 KBAug 6, 2025
AI Summary
The document outlines a comprehensive inventory of gate radiation monitors, primarily from Ludlum, Radcomm, and Rapiscan, deployed across various regions including the East Pacific, East, Europe/Near East, Gulf, Midwest, Southeast, Southwest, West, and Western Pacific. The inventory details specific models such as Ludlum 3500-1000, 4525, M4525, 3523, and 375P-1000, as well as Radcomm RC4025-4, RC4138, and RC4138-2. Each entry includes a description, serial number, stock number, and precise location within military bases and other facilities. This file appears to be a record of existing equipment, likely for asset management, maintenance, or future procurement planning within a federal government context, specifically related to radiation detection and security at various controlled access points.
Attachment 5 - Site List - Amend 3.xlsx
Excel12 KBAug 6, 2025
AI Summary
The document, "SITE LIST ENCLOSURE 1," categorizes various government and military installations across nine distinct regions, each assigned specific CLINS (Contract Line Item Numbers). This detailed listing supports federal government RFPs, federal grants, and state/local RFPs by providing a clear geographical breakdown of sites. The regions include the East, Southeast, Gulf, Midwest, Southwest, West, East Pacific, Western Pacific, and Europe/Near East. Each region lists major sites such as Aberdeen, MD; Warner-Robbins, GA; Red River Arsenal, TX; Columbus, OH; Fort Carson, CO; Barstow, CA; Anchorage, AK; Guam, GU; and Arifjan, KUW, respectively. The document also includes a catch-all category, "OTHER SITES NOT LISTED ABOVE," for each region, indicating that the list is not exhaustive but provides key locations for operational planning and resource allocation in government contracts and grants.
Attachment 3 - RAD Equip. Amend 2.xlsx
Excel12 KBAug 6, 2025
AI Summary
The document lists various models of gate radiation monitors from manufacturers like RADCOMM, Ludlum, and Rapiscan, along with their serial numbers, stock numbers, and installation locations across different military bases and depots globally. The primary purpose of this file appears to be an inventory or procurement list for radiation detection equipment. Key models include Ludlum 3500-1000, Ludlum 4525-7000, and various RADCOMM RC4025-4 and RC4138 models. Locations span the US (e.g., Joint Base Pearl Harbor-Hickam, Fort Meade, Red River Army Depot) and international sites (e.g., Incirlik-Turkey, Kaiserslautern-Germany, Al Udeid Air Base-Qatar, Okinawa-Japan). This detailed inventory is crucial for federal government RFPs, grants, or state/local RFPs related to security, defense, or environmental monitoring equipment.
SP451025Q1044-Amend 2.pdf
PDF169 KBAug 6, 2025
AI Summary
This government document, Amendment 2 to Solicitation SP4510-25-Q-1044, issued by DLA Disposition Services, updates a federal Request for Proposal (RFP). The amendment, effective August 1, 2025, modifies the original solicitation dated July 9, 2025. Its primary purpose is to update the equipment list in Attachment 3 and add Attachment 5, which details regional locations for the price schedule. This amendment does not extend the offer receipt deadline. Offerors must acknowledge receipt of this amendment to ensure their proposals are considered, emphasizing the importance of adhering to the updated solicitation requirements for federal procurement processes.
Attachment 5 - Site List - Amend 2.xlsx
Excel13 KBAug 6, 2025
AI Summary
The document, "SITE LIST ENCLOSURE 1," outlines a comprehensive regional breakdown of federal government sites, likely for contracting or grant purposes within RFPs. It categorizes sites under distinct CLINS (Contract Line Item Numbers) and organizes them into nine geographical regions: East, Southeast, Gulf, Midwest, Southwest, West, East Pacific, Western Pacific, and Europe/Near East. Each region lists specific military installations, cities, or territories, along with a catch-all category for "OTHER SITES NOT LISTED ABOVE," indicating potential for additional locations within each region. This structure provides a clear framework for identifying and managing operational locations relevant to government solicitations.
SP451025Q1044-Amend 1.pdf
PDF191 KBAug 6, 2025
AI Summary
This document is an amendment to Solicitation No. SP4510-25-Q-1044, issued by DLA Disposition Services, with an effective date of July 18, 2025. The primary purpose of this amendment is to address offeror questions and update the equipment list under Attachment 3. Key points include clarification on scheduling flexibility for annual calibrations under an Indefinite Delivery Indefinite Quantity (IDIQ) contract, where task orders will dictate specific calibrations, and co-located calibrations in regions like Japan are expected to be performed during the same trip. Additionally, the amendment addresses timelines for calibration services, specifying that CONUS locations must be completed within 60 days and OCONUS locations within 120 days of the task order date, with the government intending to issue staggered task orders. This amendment ensures clarity and provides updated information for potential offerors, emphasizing the terms and conditions for calibration services.
Attachment 1 - PWS RAD Monitor Calibration.pdf
PDF254 KBAug 6, 2025
AI Summary
The Defense Logistics Agency (DLA) Disposition Services (DS) is soliciting proposals for radiation gate monitor calibration, preventive maintenance, corrective maintenance, and training services at various DLA DS sites globally. This Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract will have a 12-month base period and two 12-month options, totaling a maximum of three years. The selected contractor must provide all personnel, equipment, and materials, perform services according to manufacturer specifications, and submit detailed calibration reports. The contractor is responsible for emergency repairs with specified response times and furnishing new replacement parts. Proposals will be evaluated based on past performance, which is significantly more important than price, and price.
Attachment 2 - Price Schedule RAD Monitor.xlsx
Excel22 KBAug 6, 2025
AI Summary
The document outlines the price schedule for radiation gate monitor calibration and repairs across various regions, both within and outside the continental United States (CONUS and OCONUS). The schedule is divided into a Base Period and two Option Periods, each spanning 12 months. Each period includes line items for regional calibration, repair, and training services, emergency repairs for CONUS and OCONUS locations, and Not to Exceed (NTE) costs for travel, per diem, parts, and shipping. The total estimated cost for each 12-month period is $100,000.00, with an overall total of $300,000.00 for all options combined. The file emphasizes that parts are reimbursed at actual cost, and offerors are not to modify the dedicated line item for parts on the price schedule.
Attachment 4 - Past Performance Questionairre.doc
Word41 KBAug 6, 2025
AI Summary
This document, Attachment 4 of Solicitation SP4510-25-Q-1044, is a Contractor Past Performance Data Sheet designed to evaluate an offeror's past performance for federal government contracts. It comprises two parts: Part I, completed by the quoter with details of a prior contract, including work performed, dollar value, subcontractors used, and any problems encountered; and Part II, completed by a commercial or government respondent (the agency or company where the contract was performed). Part II requests an overall assessment of the contractor's performance, providing rating codes (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory) for various criteria such as technical performance, management/key personnel, schedule compliance, small business utilization, and compliance with additional regulatory requirements. The respondent is asked to provide narrative support for each rating and indicate whether they would award to the contractor again. This form is critical for DLA Disposition Services to assess the probability of a contractor's successful accomplishment of work for future government contracts.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedJul 9, 2025
amendedAmendment #1· Description UpdatedJul 9, 2025
amendedAmendment #2· Description UpdatedJul 18, 2025
amendedAmendment #3· Description UpdatedAug 1, 2025
amendedLatest Amendment· Description UpdatedAug 6, 2025
deadlineResponse DeadlineAug 11, 2025
expiryArchive DateAug 26, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEFENSE LOGISTICS AGENCY
Office
DLA DISPOSITION SERVICES - EBS

Point of Contact

Name
Matthew Wonch

Official Sources