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
  1. 1
    Posted Jan 7, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 5, 2025, 12:00 AM UTC
  3. 3
    Due Feb 10, 2025, 8:00 PM UTC
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
Feb 5, 2025, 8:07 PM UTC
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.
Feb 5, 2025, 8:07 PM UTC
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.
Feb 5, 2025, 8:07 PM UTC
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.
Feb 5, 2025, 8:07 PM UTC
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.
Feb 5, 2025, 8:07 PM UTC
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.
Feb 5, 2025, 8:07 PM UTC
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
Calibrate and Repair Serial Number 1040C
Buyer not available
The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.
CONTROL,RADAR SET
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of CONTROL, RADAR SET equipment. The procurement aims to establish a contract for the repair services, with a required Repair Turnaround Time (RTAT) of 229 days, ensuring that all repairs meet operational and functional standards as outlined in the solicitation. This equipment is critical for various defense operations, emphasizing the importance of timely and effective repair services. Interested contractors should submit their quotes, including pricing and capacity constraints, to Valentino P. Arena at 717-605-2498 or via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL, with the solicitation details available for review.
Sources Sought - Recalibration and Certification of the Niton XL2
Buyer not available
The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified contractors for the recalibration and certification of the Niton XL2 analyzer, S/N 72540, as part of a Sources Sought notice. The procurement aims to secure factory-level maintenance and calibration services, including minor repairs, to ensure compliance with operational specifications for the Nuclear Inspections Division. This opportunity is critical for maintaining the functionality and accuracy of specialized equipment within a high-security environment, adhering to strict safety and access protocols. Interested parties must submit their capabilities to Jordan Moore via email by 11:00 A.M. on April 25, 2025, and should be aware that this is not a request for proposals but a preliminary information-gathering effort.
Test Equipment Calibration at Letterkenny Army Depot (LEAD)
Buyer not available
The Department of Defense, through the Army Contracting Command at Letterkenny Army Depot (LEAD), is seeking sources capable of providing test equipment calibration services. This opportunity involves the calibration and repair of test equipment in support of the U.S. Army's Test, Measurement, and Diagnostic Equipment (TMDE) needs, adhering to ISO/IEC 17025:2017 standards. The contract is critical for maintaining the operational readiness and accuracy of Army test equipment, with a base period from October 1, 2025, to September 30, 2026, and two optional extensions. Interested vendors must submit their capabilities statements to Megan Smith and Bobie J. Burkett by April 28, 2025, at 1:00 P.M. Eastern Time, and ensure they are registered in the Government System for Award Management (SAM).
Fiber Optic Test Instruments Maintenance and Calibration
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking qualified contractors for the maintenance and calibration of Fiber Optic Test Instruments through a Master Blanket Purchase Agreement (BPA). The contractor will be responsible for inspecting, repairing, and calibrating approximately 75 instruments annually, including Optical Time-Domain Reflectometers (OTDRs) and fusion splicers, ensuring adherence to rigorous standards and timelines. This procurement is crucial for maintaining the functionality of essential equipment used in various operations, with a total estimated value of $243,750 over a five-year period. Interested parties must submit their quotes and technical documentation by 1:00 PM Central Time on April 25, 2024, to Jon-Vincent Holden at Jon-Vincent.S.Holden@usace.army.mil or David Ammermann at david.g.ammermann@usace.army.mil.
RODMETER,UNDERWATER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the RODMETER, UNDERWATER. The procurement requires contractors to provide a firm-fixed price for the repair services, adhering to specific requirements including a Repair Turnaround Time (RTAT) of 180 days and compliance with Item Unique Identification (IUID) standards. This equipment is critical for navigational purposes within naval operations, emphasizing the importance of timely and quality repairs. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote validity of 90 days, and must be authorized repair sources to be considered for the contract.
RADIOLOGY SURVEY
Buyer not available
The Department of Defense, specifically the Medical Readiness Contracting Office – East (MRCO-E) at Womack Army Medical Center (WAMC), is seeking a contractor to provide Radiation Surveys for Radiology Diagnostic Devices over a four-year period. The contract, which is anticipated to run from June 1, 2025, to May 31, 2029, requires the contractor to perform annual on-site surveys of various diagnostic imaging equipment, ensuring compliance with safety standards and regulations. This initiative is crucial for maintaining the safety and effectiveness of medical equipment used in patient care at military facilities. Interested vendors should note that the solicitation number is W91YTZ25QA011, and they can contact Cynthia Richardson Rhone at cynthia.a.richardson-rhone.civ@health.mil or Michael J. McCollum at michael.j.mccollum12.civ@health.mil for further details.
REAGENT SET,WATER T
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a Reagent Set, Water T. This procurement aims to ensure the operational readiness of critical hazard-detecting instruments and apparatus, which play a vital role in various defense applications. The contract includes specific requirements such as a Repair Turnaround Time (RTAT) of 100 days, with the expectation of accelerated delivery, and mandates that all repairs meet stringent quality assurance standards. Interested contractors should submit their quotes by April 30, 2025, and can reach out to Dakota Bentzel at 717-605-2828 or via email at dakota.s.bentzel.civ@us.navy.mil for further details.
66--METER,SPECIAL SCALE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair and modification of a specialized meter. This procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 158 days, ensuring that the repaired equipment meets operational and functional requirements as specified by the government. The meter is crucial for electrical and electronic properties measuring and testing, highlighting its importance in defense operations. Interested contractors should submit their quotes, including pricing and RTAT, to Kelsey Gring at KELSEY.GRING@NAVY.MIL or by phone at 717-605-1089, with the solicitation details available for review.
NDT Modernization
Buyer not available
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.