Gamma Radioactive Source
ID: N4523A-24-Q-4072Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

HAZARD-DETECTING INSTRUMENTS AND APPARATUS (6665)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Puget Sound Naval Shipyard, is seeking proposals from qualified small businesses for the procurement of various radioactive sources under solicitation number N4523A-24-Q-4072. The contract includes the delivery of multiple gamma calibration sources, each requiring specific isotopes and activity levels, with a total activity of 3.0 microcuries, and compliance with stringent safety and regulatory standards. These radioactive sources are critical for calibration purposes in military operations, ensuring accurate measurements and safety in handling hazardous materials. Interested vendors must submit their offers by 2:00 PM PST on September 19, 2024, to the designated contacts Andrew Smith and Brian Fergus via email, with all submissions adhering to the outlined specifications and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for ordering a sealed gamma reference source, specifically designed as a 25.4 mm diameter, 3.2 mm thick plastic disk containing Co-60 with a maximum activity of 6 nCi. Key requirements include adherence to 10 CFR 30 exempt quantity limits, a radioactivity uncertainty of ±5%, and surface contamination lower than 450 pCi/100cm². The vendor must provide a Certificate of Calibration documenting various metrics, including total activity, nuclide details, and leakage test results, all traceable to NIST standards. Shipping protocols require the vendor to coordinate with specified contacts at the Puget Sound Naval Shipyard before dispatching the source. Changes in specifications must receive prior approval from the Administrative Contracting Officer. This document serves as a formal request related to government procurement processes, emphasizing compliance with safety regulations and precise documentation necessary for handling radioactive materials.
    The document outlines a request for a gamma calibration source containing a mixture of nine radioactive nuclides, specifically designed for high-purity germanium detectors. The source, encapsulated in a solid epoxy matrix, must meet specific activity and safety requirements, including a total source activity of 3.0 microcuries, compliance with 10 CFR 30 regulations, and a maximum contamination level. Key certifications required from the vendor include evidence of NIST traceability, detailed activity measurements, and leakage testing results. Shipping instructions specify delivery to the Puget Sound Naval Shipyard, requiring prior voice contact with designated personnel for logistics coordination. The document emphasizes that any changes to technical specifications must receive official approval, underscoring the importance of adhering to protocols in the procurement process. This RFP highlights the stringent safety standards and meticulous verification processes involved in handling radioactive materials within government contracts.
    This document outlines the specifications for a procurement order of a radioactive gamma calibration source for the Puget Sound Naval Shipyard. The order includes the provision of a specific mixture of nine radionuclides embedded in a 1000 ml solid epoxy matrix, designed to emulate count rates on high-purity germanium detectors. Key requirements stipulate that the total source activity must be 3.0 microcuries, with limits set to ensure compliance with federal regulations regarding radioactivity, surface contamination, and uncertainty in measurement. A certified calibration document from the vendor must validate the source's traceability, activity, and other specified attributes. The shipping guidelines dictate direct communication with designated personnel prior to dispatch, ensuring secure and accountable delivery. The document emphasizes that any modification to the specifications must have prior approval from the Shipyard's Administrative Contracting Officer. This procurement aligns with government protocols for ensuring safety and precision in handling radioactive materials.
    The document outlines a request for a radioactive gamma calibration source intended for use at the Puget Sound Naval Shipyard. Specifically, it details the requirements for a nine nuclide gamma calibration source encapsulated in a 500 ml solid epoxy matrix. The source should contain specific isotopes (Cd-109, Co-57, Te-123m, Cr-51, Sn-113, Sr-85, Cs-137, Y-88, Co-60) with defined activity ratios for consistent count rates on high-purity Germanium detectors. The total source activity must be 3.0 microcuries, adhering to regulations ensuring it does not exceed exempt quantity levels. The document emphasizes certifications, including a National Institute of Standards and Technology (NIST) traceable calibration certificate and specific shipping protocols, which require voice confirmation before shipping. The contract prohibits changes to specifications without shipyard approval. This document aligns with federal RFP processes, focusing on precise technical specifications and compliance with safety standards in governmental procurement.
    The document outlines an order for a radioactive calibration source to be delivered to the Puget Sound Naval Shipyard. The source consists of a nine-nuclide gamma calibration mixture encased in a 500 ml solid epoxy matrix. Key specifications include a total activity of 3.0 microcuries, compliance with safety regulations, and strict reporting requirements for the radioactivity level of each nuclide, ensuring uncertainty does not exceed ± 5% at a 99% confidence level. Additionally, a Certificate of Calibration from the vendor is mandated, confirming NIST traceability and documenting all relevant source details, including gamma emission rates and contamination levels. Shipping requirements necessitate prior voice contact between the vendor and designated personnel at the shipyard to confirm shipment details. Any changes to the specifications must receive prior approval from the Administrative Contracting Officer. This document is part of a federal request for proposal (RFP) process, ensuring procurement aligns with safety standards and regulatory compliance.
    The document outlines the procurement specifications for a radioactive source intended for use in gamma calibration. It describes the required characteristics of the source, including a mixture of nine nuclides with a total activity of 3.0 microcuries and strict adherence to safety and contamination standards. Key components include the provision of a Certificate of Calibration that must be NIST traceable, detailing the activity and gamma emission rates of each nuclide. The source is to be shipped to the Puget Sound Naval Shipyard, with specific instructions for vendor communication regarding shipment. No alterations to technical requirements are allowed without approval from the contracting officer. This procurement reflects the government's commitment to ensuring safety and compliance in handling radioactive materials, crucial in achieving reliable calibration results for scientific applications.
    The document outlines the specifications and requirements for the procurement of a sealed beta reference radioactive source, specifically Pm-147. The source must have a specified size and activity within regulatory limits set by 10 CFR 30, with activity uncertainty not exceeding ± 5% at a 99% confidence level. Key requirements include a Certificate of Calibration from the vendor, which must confirm traceability to NIST, document total and nuclide-specific activity, identify gamma-emitting impurities, and detail results from leakage testing. The shipping protocol mandates direct phone contact prior to dispatch to specific individuals at the Puget Sound Naval Shipyard, ensuring proper communication of shipment details. Any changes to specifications must receive approval from the Administrative Contracting Officer. The order is logged under job order number 991566SOUR and emphasizes compliance and safety in handling radioactive materials, reflecting the stringent standards within government contracting processes.
    The document is an Ordering Data Sheet for a sealed radioactive beta reference source (Co-60) intended for use at the Puget Sound Naval Shipyard. Specifications include a source diameter of 47 mm, containing 100 nCi activity, and specific standards for surface contamination and radioactivity uncertainty. A Certificate of Calibration from the vendor is required, ensuring traceability to NIST and detailing the source's total activity, activity per nuclide, and leakage testing results. Additionally, the source must be shipped directly to the specified address, with a requirement for the vendor to provide voice contact prior to shipping to confirm details. No alterations to the specifications are allowed without Shipyard's approval. This document is part of governmental requests for proposals (RFPs), signifying compliance with regulatory standards and careful attention to safety in handling radioactive materials within a federal context. It underlines the importance of documentation and tracking in the procurement process for hazardous materials.
    The document outlines specific requirements for procuring a nine nuclide gamma calibration radioactive source in a solid epoxy matrix for use with coaxial high-purity germanium detectors. The source, contained in a customer-supplied 500 ml bottle, must exhibit a total activity of 3.0 microcuries, adhering to stringent limits on radioactivity and contamination levels. Certification from the vendor must confirm NIST traceability, detailed activity metrics, and leakage testing results. Shipping protocols stipulate direct communication with designated personnel at the Puget Sound Naval Shipyard prior to dispatch, ensuring compliance with contractual requirements. Any modifications to the specifications necessitate authorization from the Administrative Contracting Officer. This procurement request reflects the federal government's meticulous approach to ensuring safety and precision in handling radioactive materials, in line with relevant regulations.
    The document outlines the specifications for a federal Request for Proposal (RFP) involving the procurement of a radioactive calibration source. The item needed is a nine nuclide gamma calibration source encapsulated in a solid epoxy matrix, provided in a 500 ml Marinelli beaker. The source must include specific nuclides with defined activity ratios to ensure accurate performance with high-purity germanium detectors. Certification requirements include National Institute of Standards and Technology (NIST) traceability, detailed activity reporting, and a leakage test result. Shipping instructions dictate that the vendor contact a designated representative at the Puget Sound Naval Shipyard prior to dispatch, ensuring adherence to established regulations. Additionally, changes to the technical specifications require prior approval from the Administrative Contracting Officer, emphasizing the need for compliance in executing the government contract effectively. Overall, the document emphasizes precise product specifications, certification requirements, and strict communication protocols necessary for safe handling and accountability in procurement processes involving radioactive materials.
    This document outlines the specifications for procuring a radioactive source intended for calibration purposes, detailed as a nine nuclide gamma calibration source. The source consists of radioactivity deposited on a glass fiber filter, with a total activity of 3.0 microcuries within specified uncertainty limits. Particular attention is given to ensure that the source complies with 10 CFR 30 regulations regarding radioactive materials, with a limit on surface contamination levels. A Certificate of Calibration, traceable to the National Institute of Standards and Technology (NIST), is also required, documenting the source's specifications and activity levels. The source is to be shipped to a designated location at the Puget Sound Naval Shipyard, with specific shipping requirements including pre-shipment communication with a designated point of contact. The document emphasizes that any changes to specifications or technical requirements must receive approval from the Administrative Contracting Officer. This procurement aligns with government RFP processes, highlighting the stringent assessment and documentation standards necessary in handling radioactive materials for calibration in government facilities.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for government contracts, specifically focusing on data item requirements related to radioactive sources. It stipulates that contractors must provide a Certificate of Calibration for all radioactive material shipments under contract OT-24-20163. The contractor is required to submit the first calibration certificate with the initial shipment and hard copies with each subsequent shipment. The form structure includes sections such as contract reference, data item number, authority, frequency of submissions, and remarks. It guides on how to complete the form, with specific instructions for both government personnel and contractors, specifying categories of data, responsibilities, and pricing group definitions for the data items. The document emphasizes the importance of compliance with government data requirements, ensuring the quality and safety of radioactive sources used in government operations.
    The document outlines the requirements for a Certificate of Calibration for Radioactive Sources, designated as OT-24-20163. This data item description serves as a guideline for contractors involved in delivering this certification to the government, specifically aligned with solicitation N4523A4152VL00. The certificate must verify that the radioactive source is NIST traceable and include various technical details such as gamma emission rates, total activity, density, and leakage testing results. The certification is essential for ensuring compliance with safety standards and documentation related to the use and disposition of radioactive materials. This single-use directive indicates a structured approach to accurately certifying radioactive sources in government projects, emphasizing the importance of traceability and detailed reporting in the handling of such materials.
    The DD Form 1423-1 serves as a Contract Data Requirements List, outlining the requirements for data related to contracts, specifically concerning a Certificate of Calibration for Radioactive Sources. This document specifies the responsibilities of contractors in providing calibration certification with each shipment of materials, as part of contract OT-24-20163. It delineates various fields including data item numbers, submission dates, distribution requirements, and pricing categories for data items. The contractor is tasked with delivering calibration data alongside a hard copy with each shipment, ensuring compliance with outlined regulations. This form emphasizes the procedural requirements for government contracting, including the need for adequate data handling and documentation pertaining to radioactive materials, thereby contributing to safety and regulatory oversight within federal contracting processes. The instructions for completion guide both government personnel and contractors on how to accurately fill the form and understand its implications.
    The document details the specifications for a Certificate of Calibration for Radioactive Sources, designated as OT-24-20163, mandated for a particular government contract (N4523A4152VL00). It outlines the requirements for contractors to provide certification that radioactive sources are traceable to the National Institute of Standards and Technology (NIST). Essential elements of the certificate must include activity levels of nuclides, uncertainty values, leakage testing results, and specific details related to the source, such as serial numbers and ISO classifications. The purpose of this document is to ensure proper certification for the use and handling of radioactive sources, highlighting its crucial role in compliance and safety standards within government operations. The document is structured with numbered requirements to facilitate clarity and adherence to the contractual obligations.
    The DD Form 1423-1 serves as a Contract Data Requirements List for federal contracts, outlining the necessary data submission procedures related to a radioactive source calibration certificate. This form includes essential sections for contract information, data item specifications, and submission guidelines. The contractor is required to provide data associated with a specific task order (OT-24-20163) and must include a Certificate of Calibration for Radioactive Sources with each shipment of materials. Key details include the first submission upon the initial shipment and the requirement for hard copies of the calibration certificate. The form specifies guidelines for categorizing the data, its frequency, and distribution requirements, as well as preparation and approval processes. It is imperative for contractors to estimate costs based on the complexity and depth of the data requirements designated in the form. Overall, the document aims to ensure compliance with federal data reporting standards while facilitating the efficient tracking and quality assurance of materials related to radioactive sources.
    The document outlines the Certificate of Calibration for Radioactive Sources, designated as OT-24-20163. This certificate serves to certify the use and management of radioactive sources in compliance with government standards. It is specifically designed for a one-time use under solicitation N4523A4152VL00 and oversees the format and content required for the certification. The certificate must adhere to contractor format and include essential details, such as a certification statement ensuring National Institute of Standards and Technology (NIST) traceability, activity of gamma-emitting impurities, total activity of the source, and results of leakage testing. Additional components must also document the active diameter, vendor-assigned serial number, ISO classification, and emission rates with associated uncertainties. This certificate is critical in maintaining safety and regulatory compliance within the management of radioactive sources, underscoring the importance of precise documentation in government contracts and solicitations.
    The government seeks to procure a single sealed gamma reference source, a clear plastic disk with a radioactive element at its center. The source must have a specific activity level and low surface contamination. The vendor must provide a detailed Certificate of Calibration and ensure compliance with safety regulations. The item will be shipped to a naval shipyard in Washington State, with specific contact and tracking requirements. This ordering data sheet emphasizes the technical specifications and shipping logistics, while the actual procurement process and contract details are not explicitly mentioned.
    The primary objective of this procurement is to obtain a specialized radioactive source, a unique product consisting of a solid epoxy matrix infused with multiple gamma-emitting nuclides. This calibration source, housed in a 250ml bottle, is designed for use in gamma calibration processes. The sourcing focus is on the radioisotopes within a specific activity range, with requirements outlined for nuclide mixture ratios, active volume, and density. To ensure precision, the vendor must provide a Certificate of Calibration detailing NIST-traceable measurements and uncertainties. The certificate must include specific details on the source's activity, gamma emissions, and associated uncertainties, along with shipment tracking information prior to delivery. This customized product, requiring careful handling and certification, is destined for the Puget Sound Naval Shipyard. Voice confirmation of the shipment's departure is a critical element in the procurement, emphasizing the need for clear communication. The overall emphasis on precise specifications and certification confirms that the primary goal is to obtain a highly specialized and regulated product.
    The primary objective of this procurement is to obtain a specialized radioactive source, specifically a 1000ml solid epoxy matrix containing nine different nuclides. This calibration source is intended for use in a gamma calibration process. The source must adhere to stringent technical specifications, including activity ratios, surface contamination standards, and radioactivity uncertainty thresholds. NIST traceability and a detailed certificate of calibration are mandatory. The vendor is responsible for carefully packaging and shipping this source to the specified naval shipyard, ensuring voice contact with the receiving party prior to shipment. This file does not specify contract details or evaluation criteria, emphasizing instead the precise technical requirements of the calibration source. The overall tone of the file suggests a time-sensitive procurement, indicating prompt action is expected.
    The primary objective of this procurement is to obtain a specialized radioactive source, a unique product consisting of a solid epoxy matrix infused with multiple gamma-emitting nuclides. This calibration source, housed in a 500ml container, is designed for use in radiation detection and measurement applications. The requirement specifies the nuclide mixture, activity levels, and physical properties of this source, which must conform to strict safety and certification standards. The vendor is responsible for carefully packaging and shipping this source to the specified naval shipyard, ensuring strict adherence to radiation safety protocols and voice communication procedures. This radioactive substance, with its precise specifications and shipping requirements, is the key element being procured through this process.
    The primary objective of this procurement is to obtain a specialized radioactive source for calibration purposes. This source is to be encapsulated in a solid epoxy matrix, containing multiple nuclides with specific activity ratios designed for compatibility with high-purity germanium detectors. The vendor must supply a 500ml Marinelli beaker to house this epoxy matrix, ensuring an active volume of 500ml. Critical to this procurement is the requirement that the source's activity levels adhere to regulatory guidelines and that surface contamination is kept to a minimum. The vendor is responsible for providing a detailed Certificate of Calibration, ensuring NIST traceability, and meeting specific activity and uncertainty requirements for each nuclide. Additionally, they must certify the source's density, volume, and the results of leakage testing. Shipping is a key aspect, with the vendor responsible for delivering the source to the specified naval shipyard location, contacting the appropriate personnel prior to shipment. This procurement likely represents a firm-fixed-price contract, with the quantity specified as "1 each." The value of the contract is not explicitly stated in the provided information. Vendors will need to respond with their proposed solution by a unspecified deadline in order to be considered.
    The primary objective of this procurement is to obtain a specialized radioactive source for calibration purposes. This source must be a glass fiber filter with specific dimensions and an active area of 41mm in diameter. It should be encapsulated between two layers of Kapton and contain nine specific nuclides with a defined activity ratio and a total activity of 3.0 microcuries. The vendor must ensure compliance with safety regulations and provide a detailed Certificate of Calibration. The NIST-traceable certificate must outline critical parameters and test results. The radioactive source, once shipped by the vendor, will be received at the Puget Sound Naval Shipyard in Washington. Voice confirmation of the shipment's date and tracking information is required prior to delivery. This file serves as a general ordering data sheet, outlining the essential specifications and shipping details for the procurement of this specialized item.
    The primary objective of this procurement is to obtain a specific sealed beta reference radioisotope source, designated as IDN 4152VL06. The source, a steel disk with an active element, has precise activity and contamination specifications. It requires a Certificate of Calibration detailing NIST traceability, activity measurements, and uncertainty values. The vendor is responsible for shipping this single item to the Puget Sound Naval Shipyard, ensuring voice contact prior to shipment. This specialized order has strict technical requirements and mandates prior approval for any specifications changes.
    The primary objective of this procurement is to acquire a specific radioactive source, sealed within a steel disk, with a defined activity level and low surface contamination. The source, emitting beta radiation, is surrounded by an aluminum ring and packaged with an aluminized Mylar window. The vendor must provide a detailed Certificate of Calibration, ensuring NIST traceability and specified activity levels. It's crucial that they adhere to strict shipping requirements and voice shipping details to the specified contact ahead of time. This single item, identified as JOB ORDER 991566SOUR, is a high priority, as evident from the associated key order information.
    The primary objective of this procurement is to obtain a specialized radioactive source for calibration purposes. This source must be a solid epoxy matrix containing specific nuclides, with a defined activity and uncertainty requirements. The vendor is responsible for carefully packaging and shipping this source to the specified naval base, ensuring strict adherence to radioactivity regulations. This unique calibration source is required to meet stringent technical specifications, including NIST traceability and certified documentation. The procurement process will select a vendor capable of providing a high-quality product that meets the precise requirements outlined in the ordering data sheet. Key dates and further administrative details are not provided in the provided text.
    The primary objective of this procurement is to obtain a specialized radioactive source for calibration purposes. This source is a 500ml solid epoxy matrix, housing nine different nuclides with specific activity ratios designed for compatibility with high-purity germanium detectors. The vendor must supply this custom product in a Marinelli beaker, ensuring precise specifications for density, activity levels, and uncertainty margins. The request includes strict certification requirements, confirming NIST traceability, activity levels, and various testing results. The vendor is responsible for careful packaging and shipping to the specified naval base, making prior arrangements with the appropriate contact. This procurement seeks a single unit, and the contract is likely to be firm-fixed-price, with an estimated value based on the specified quantity and requirements. Deadlines are not explicitly mentioned, but the immediate nature of the requirement suggests a prompt submission deadline, and the contact information provided allows vendors to reach out for clarification. Evaluation will likely prioritize the technical precision of the source and the accuracy of its calibration capabilities.
    The primary objective of this procurement is to acquire a specialized radioactive source for calibration purposes. This source is a glass fiber filter with a specific nuclide mixture and activity levels. It will be encapsulated between two layers of Kapton, with an active diameter of 41mm. The vendor must ensure the source's radioactivity adheres to specified levels and provide a detailed Certificate of Calibration. The certificate must include NIST traceability and additional details on the source's characteristics. The radioactive source will be shipped to the Puget Sound Naval Shipyard and IMF Detachment in San Diego, with specific requirements outlined for shipping and communication. This file does not specify the contract type, value, or key dates, focusing primarily on the technical specifications of the good being procured.
    The document outlines a federal procurement proposal (RFP) for the procurement of laboratory items under solicitation number N4523A24Q4072, titled "Gamma." It details a list of non-serialized items required, including a variety of glassware. Key items include four 500 mL Marinelli beakers at $18.30 each, two 250 mL bottles at $3.12 each, four 500 mL bottles at $8.83 each, and two 1000 mL bottles at $14.17 each. The items are coded with corresponding National Stock Numbers (NSN) and are categorized by unit acquisition costs and quantities. The procurement process emphasizes a straightforward solicitation for specific laboratory materials necessary for federal operations, emphasizing efficient acquisition and fulfillment timelines. This RFP reflects typical government contracting procedures aimed at meeting operational requirements for scientific equipment while adhering to budgetary constraints.
    The document is a solicitation for the procurement of various radioactive sources by the Puget Sound Naval Shipyard, under solicitation number N4523A24Q4072, issued on September 16, 2024, with offers due by September 19, 2024. The contract includes specific requirements for the delivery of radioactive materials and mandates inspection and acceptance at the destination. Each item specified, identified by a unique Order Data Sheet, requires compliance with strict federal acquisition regulations and quality assurances, including provisions against nonconforming materials, packaging standards, and environmental safety, particularly concerning mercury. The government retains rights to inspect and accept products, and vendors are instructed to follow guidelines for shipping and delivery notifications to ensure security compliance at military facilities. This RFP underscores the government's commitment to contracting with small and disadvantaged businesses, as indicated by set-aside preferences. Overall, the document outlines detailed procurement procedures and quality standards necessary for governmental acquisitions of hazardous materials.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Gamma Radioactive Source
    Currently viewing
    Presolicitation
    Similar Opportunities
    66--instruments and laboratory equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a LIQUID SCINTILLATION COUNTER (LSC) for Puget Sound Naval Shipyard, IMF and SWFPAC in Bremerton, WA. The LSC will be used for laboratory purposes in accordance with government specifications. The procurement is set aside for small businesses and requires FOB Destination pricing. Interested parties can submit quotes electronically through the NECO website. The solicitation is scheduled to be posted on 08/29/18 with a due response date of 08/07/18. For more information, contact Julio Hernandez at 360-476-4832 or julio.a.hernandez@navy.mil.
    6505--Radiopharmaceuticals for nuclear medicine VA patients
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply radiopharmaceuticals for nuclear medicine patients at the Boise VA Medical Center. The procurement aims to ensure the availability of various nuclear medicine supplies over a five-year period, starting November 1, 2024, with requirements for 24/7 availability and emergency deliveries within 90 minutes for urgent orders. This initiative is crucial for providing high-quality medical treatment to VA patients, emphasizing compliance with federal regulations and timely service delivery. Interested parties must submit their proposals by October 3, 2024, at 1:00 PM Pacific Time, and can direct inquiries to Jose E Ronstadt at jose.ronstadt@va.gov or by phone at 360-852-9885.
    H266--Fayetteville Personnel Dosimetry Service
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking potential vendors to provide Personnel Dosimetry Services for the Fayetteville VA Healthcare System located in Fayetteville, NC. The procurement aims to establish a radiation dosimetry program compliant with the Nuclear Regulatory Commission (NRC) and the Occupational Health and Safety Administration (OSHA), which is essential for monitoring personnel working with x-rays or radioactive materials. This opportunity is particularly significant as it prioritizes Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) in the bidding process, with a contract period anticipated to include a base year and four additional option years. Interested vendors must submit their capability statements and relevant information to Contract Specialist Jonathan Lamb via email by September 20, 2024, at 12:00 PM EST.
    Vacuum Sensor Calibrators
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of Vacuum Sensor Calibrators under a Combined Synopsis/Solicitation notice. The contract will cover a minimum of one and up to eight units, with a duration of two years, aimed at enhancing the calibration capabilities necessary for operational standards in vacuum measurement. This acquisition is critical for ensuring compliance with Department of Defense standards and includes provisions for associated training services and technical documentation. Proposals must be submitted by October 3, 2024, at 12 PM PDT, to Brian Staub at brian.a.staub2.civ@us.navy.mil, with evaluations based on technical merit, past performance, and price.
    4730 BPA FY24 Request for Information
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Weapon Systems Support (NAVSUP WSS), is seeking small business concerns to participate in a Request for Information (RFI) for a Blanket Purchase Agreement (BPA) related to nuclear reactor components classified under Federal Supply Code 4730. This RFI aims to identify potential suppliers capable of fulfilling future procurement needs for parts essential to the Navy's nuclear propulsion systems, which utilize a pressurized-water reactor design for effective heat and energy management. Interested parties are encouraged to submit white papers detailing their experience and capabilities, with responses due by September 30, 2024. For further inquiries, interested businesses can contact Haylea Winand at haylea.e.winand.civ@us.navy.mil.
    Lab Radiological Sample Analysis Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is soliciting proposals for a Lab Radiological Sample Analysis Contract to support the Defense Centers for Public Health - Aberdeen (DCPH-A). This contract involves the non-personal services requirement for the analysis of radiological samples across various parameters, which is crucial for enhancing public health readiness and ensuring the quality of the Public Health Enterprise. The solicitation is prepared in accordance with Federal Acquisition Regulation (FAR) guidelines, and interested vendors are required to submit quotes as no written solicitation will be issued. For further details, interested parties can contact Kenneth Grenier at kenneth.e.grenier2.civ@health.mil or by phone at 301-619-2728, with the archive date for submissions set for October 4, 2024.
    SCALE REMOVING COMP
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting bids for the procurement of GOTAR-D, a specialized scale removing compound, under solicitation number SPMYM224Q2497. This procurement is set aside for small businesses and emphasizes the need for compliance with federal regulations, including the submission of hazardous materials data and adherence to cybersecurity protocols. The GOTAR-D compound is critical for industrial applications within military operations, specifically designed for compatibility with existing systems, and is classified as a hazardous material requiring careful handling. Interested contractors must submit their bids by 11:00 AM on September 20, 2024, and can direct inquiries to Junghee Kim at junghee.kim@dla.mil or by phone at 360-813-9331.
    METER,INTERMEDIATE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of intermediate meters under a federal contract. The primary objective of this procurement is to ensure compliance with various technical and quality requirements associated with the manufacturing of these meters, which are critical components in nuclear reactor applications. The contract will include stipulations for inspection, acceptance, and packaging, emphasizing the importance of maintaining high standards in quality assurance and compliance with military specifications. Interested vendors should direct inquiries to John A. Masters at 717-605-1213 or via email at JOHN.A.MASTERS15.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-quotation submission.
    Q999--Richmond VA | Radiation Dosimetry Monitoring Services |
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) intends to award a Sole Source contract for Radiation Dosimetry Monitoring Services at the Richmond VA Health Care System to Landauer, Inc., which specializes in dosimetry applications utilizing aluminum oxide OSL technology. The contractor will be responsible for providing all necessary supervision, administrative support, technical services, labor, tools, and materials to perform dosimetry monitoring services, including emergency readings and call support, at the Richmond facility. This service is critical for ensuring accurate radiation exposure monitoring for the health care system's beneficiaries. Interested firms must demonstrate their capability to provide these services and must be authorized providers for Landauer's products, with responses due by September 25, 2024, at 1:00 PM EST. For further inquiries, interested parties can contact Kathyann Chase-Moore at kathyann.chase-moore@va.gov or by phone at 757-726-6009.
    70--RADIOS
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Defense Logistics Agency, is seeking to procure radios. Radios are typically used for communication purposes in various military operations. The procurement is set aside for small businesses. The place of performance is PSNS 1400 Farragut Ave Bldg 514, Bremerton, WA 98314, US. For more information, contact John Iversen at 360-476-3338 or john.iversen@dla.mil. The solicitation and any amendments will be posted on the NECO website. Electronic submission of quotes is available through the NECO website.