Radiac Instruments Calibration and Repair Services
ID: W91ZLK-25-R-0007Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG DIRABER PROV GRD, MD, 21005-3013, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

HAZARD-DETECTING INSTRUMENTS AND APPARATUS (6665)
Timeline
    Description

    The Department of Defense, specifically the Army, is seeking proposals for calibration and repair services for government-owned Radiac Instruments at the Aberdeen Test Center in Maryland. The contract requires the selected contractor to ensure that all instruments are calibrated according to ANSI/NCSL Z540.3-2006 standards and returned within a 14-working day turnaround, with a focus on maintaining high-quality service and compliance with federal regulations. This procurement is critical for ensuring the operational effectiveness and safety of radiation detection equipment used by the government. Interested contractors must submit their proposals by the specified deadlines, with the contract spanning one base year and two option years, and should contact Julius Wood or Nikeena Brown for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a non-personal services contract for the calibration and repair of radiac instruments owned by the Government at the Aberdeen Test Center (ATC). The Contractor is responsible for all necessary resources to provide these services, ensuring instruments are calibrated according to the ANSI/NCSL Z540.3-2006 standard and delivered back to ATC within a 14-working day turnaround. The contract spans one base year with two options for additional years, emphasizing efficient pickup and delivery of radiac instruments, which includes working with a specified number of calibration types. The Contractor must maintain accountability through detailed calibration reports and is subject to annual audits by ATC’s Radiation Safety Officer. Key administrative aspects include requiring U.S. citizen contractors, adherence to local safety standards, and compliance with security protocols. The Contracting Officer Representative (COR) will oversee technical compliance and performance metrics. If any adjustments to the instruments are necessary, they must be coordinated with the COR. Overall, the PWS emphasizes strict adherence to quality, timeliness, and safety expectations in support of ATC’s diverse testing capabilities.
    This document outlines the schedule of services related to preventative maintenance, repair, and calibration as requested in a government contract. It divides the services into three main components: Base Year, Option Year I, and Option Year II, indicating that the contractor is required to deliver these services per the specifications laid out in the Performance Work Statement and corresponding terms and conditions. Each component mentions the provision of one job for each timeframe, although the estimated amounts for each are left blank. This structure indicates a long-term maintenance plan, allowing for initial service and potential extensions through the option years, highlighting the government's focus on consistent service delivery and operational continuity. The document serves as a Request for Proposals (RFP), emphasizing the need for qualified contractors to fulfill essential maintenance tasks in compliance with federal standards.
    The document W91ZLK25R0007 outlines the contractual clauses relevant to federal RFPs and grants, focusing on compliance requirements for contractors. It includes specific clauses that govern areas such as the role of Contracting Officer's Representatives, employee whistleblower rights, safeguarding defense information, and requirements related to business operations with sanctioned entities, specifically the Maduro regime. The document also emphasizes electronic processes for payment requests via the Wide Area Workflow (WAWF) system, and contains directives regarding essential contractor services that must be maintained during crisis situations. Numerous definitions are provided to clarify terms related to business status (e.g., small business concerns, minority-owned businesses) and certifications required during the bidding process. Additionally, the document addresses compliance with federal regulations regarding quality assurance, environmental practices, wage determinations for service contract standards, and restrictions on contracting with entities involved in prohibited operations, particularly in relation to Iran and Sudan. It emphasizes the necessity for revised representations and certifications from offerors, reflecting their current business status and operational integrity. The overall aim of this document is to provide guidance to prospective contractors on meeting federal contracting standards and ensuring adherence to legal and ethical obligations throughout the contract lifecycle.
    The document outlines a listing of equipment and dosimeters for a federal agency, providing detailed specifications, including manufacturer details, model numbers, nomenclatures, serial numbers, and quantities needed. The equipment includes various types of radiation detection instruments from manufacturers like TSA, Victoreen, and Ludlum, totaling dozens of units across multiple categories such as standard calibration probes, pocket dosimeters, and digital dosimeters. Additionally, it includes quotes for purchasing the requested items, indicating financial considerations for acquiring the total of 55 each for standard calibration probes and 51 for pocket dosimeters. It also specifies repair services needed for 26 items across 25 hours. The context of the document relates to government procurement processes, serving as part of a Request for Proposal (RFP) or similar process aimed at fulfilling federal requirements for radiation safety equipment necessary for operational effectiveness. This structured format aids in evaluating supplier capability and compliance with the RFP criteria.
    The document addresses the calibration service certification standards required for federal contracts, confirming that the calibration process adheres to NIST traceable guidelines. It specifies that calibration certificates from the identified company include assertions of compliance with NIST standards, supporting ANSI regulations, and internal company policies. The calibration service ensures that instruments are calibrated reliably and accurately, with results documented in compliance with specified standards. This emphasis on NIST traceability is essential for government contracts, as it assures that equipment used in government operations meets stringent reliability and accuracy criteria, contributing to overall operational efficiency and safety in federal and local initiatives.
    The document is a combined synopsis and solicitation (RFP) from the federal government for calibration and repair services of government-owned Radiac Instruments. Issued under the solicitation number W91ZLK-25-R-0007, it invites proposals following full and open competition under NAICS Code 334519. The contract aims for a Firm-Fixed Price across one base year and two option years, spanning from February 15, 2025, to February 14, 2028. Proposals must be submitted in two volumes: a Technical Proposal detailing capabilities, quality assurance plans, and a Pricing Proposal showing firm-fixed pricing. Evaluation will focus on compliance with a provided Performance Work Statement (PWS), with awards going to the Lowest Price Technically Acceptable (LPTA) offeror. All submissions must be emailed by the specified deadlines, and only complete proposals from registered vendors in the System for Award Management (SAM) will be evaluated. Potential bidders must address all proposal requirements to avoid disqualification. The document emphasizes adherence to the solicitation instructions and guidelines for submission, ensuring a structured and fair evaluation process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Corona Division, is seeking to procure calibration services through a sole source Firm Fixed Price (FFP) contract with TSI Incorporated. This procurement is aimed at fulfilling an all-or-none requirement for testing laboratories and services, which are critical for maintaining the operational readiness of electrical and electronic equipment components. Interested parties must submit their capability statements electronically by the specified deadline, and all submissions must comply with the requirements outlined in the solicitation. For further inquiries, interested vendors can contact Ashley Briseno at ashley.m.briseno.civ@us.navy.mil.
    NDT Modernization
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIAJMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.
    Calibration Kit Radio Frequency
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract to Rohde & Schwarz USA, Inc. for the provision of a Calibration Kit Radio Frequency. This procurement specifically requires a 50 Ohm, 2-port, 1.85mm calibration kit to support high-frequency network analyzers operating up to 67 GHz, which is critical for maintaining the operational capacity of the RF lab following a recent $1.5 million contract aimed at enhancing its capabilities. The selected vendor must deliver the complete calibration kit within 60 days of contract award to the NSWC IHD location in Indian Head, Maryland. Interested parties must respond by July 28, 2025, at 10 AM (EST) and direct their inquiries to Shannon Wooten at shannon.cloud-wooten@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Medical Equipment Calibration
    Dept Of Defense
    The Department of Defense, specifically the Maine Army National Guard (MEARNG), is seeking qualified small businesses to provide medical equipment calibration services for 75 pieces of medical and dental equipment at the 52nd Troop Command in Bangor, Maine. The contract entails a non-personal service agreement for the inspection, testing, calibration, refurbishment, and maintenance of medical equipment, which is crucial for ensuring operational readiness and compliance with training and mission requirements. The total contract value is estimated at up to $34,000,000, with a performance period from February 23-27, 2026, and quotes must be submitted electronically by January 9, 2026, at 3:00 PM local time. Interested vendors can direct inquiries to Thomas Ryan at thomas.j.ryan36.civ@army.mil or Darlene Howes at darlene.r.howes.civ@army.mil.
    RADIO FREQUENCY MAN
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the Radio Frequency Man under a federal contract. The procurement requires firms to provide a firm-fixed price for the repair services, adhering to specific requirements such as MIL-STD packaging, government source inspection, and a Repair Turnaround Time (RTAT) of 135 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and compliance with various regulatory requirements outlined in the solicitation.
    REMOTE CONTROL UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a Remote Control Unit. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality assurance standards, including compliance with MIL-STD packaging and government inspection protocols. This equipment is critical for military operations, and the selected contractor must be an authorized repair source, with a requested repair turnaround time of 126 days after asset receipt. Interested parties should submit their quotes and any necessary certifications via email to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, with the solicitation details emphasizing the importance of timely and compliant submissions.
    Equipment Calibration and Software/Hardware Service Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army's 646th Support Detachment, is seeking to establish a sole source contract for equipment calibration and software/hardware services. This procurement is aimed at maintaining and repairing vehicular equipment components, which are critical for operational readiness and efficiency. The justification for this sole source contract has been documented and is available for review in the attached file. Interested parties can reach out to Yun P. Hong at yun.p.hong.civ@army.mil or by phone at 05033635685 for further details regarding this opportunity.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Agilent Preventive Maintenance and Service Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance and service repair of Agilent instruments and laboratory equipment. The procurement aims to ensure the operational readiness and reliability of critical laboratory equipment through regular maintenance and timely repairs. This service is vital for maintaining the functionality of instruments used in various defense-related research and operational activities. Interested parties can reach out to Tia Askew at tia.j.askew.civ@army.mil or by phone at 706-791-1821, or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil or 706-791-1831 for further details regarding the opportunity.
    Spotting Instrument
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.