PKAA Vehicle & Cargo X-Ray Insp System
ID: FA461324Q0019Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4613 90 CONS PKFE WARREN AFB, WY, 82005-2860, USA

NAICS

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

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement and installation of a Vehicle & Cargo X-Ray Inspection System at F.E. Warren Air Force Base in Wyoming. The project requires a high-capacity scanner capable of processing 120 trucks per hour, integrating advanced imaging technologies, and ensuring compliance with stringent performance metrics, including third-party certification for density and resolution. This initiative is crucial for enhancing security infrastructure and operational efficiency at military installations. Interested contractors must submit their written quotations by September 30, 2024, and direct any inquiries to SrA Kyra Niece at kyra.niece@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.

    Files
    Title
    Posted
    The Sentinel Commercial Vehicle X-Ray Scanner System project at F.E. Warren Air Force Base aims to establish a fully operational x-ray vehicle scanning system. The contractor must provide all necessary management, tools, materials, and labor to install the scanner and will be responsible for any special permits and licenses. The scanner will accommodate larger vehicles, offering high throughput (120 trucks/hour), diverse imaging capabilities, and robust outdoor operational performance in Cheyenne's climate. Essential features include backscatter technology, advanced imaging tools, and comprehensive image analysis capabilities. The project requires strict adherence to operational security, with strict coordination among contractors on site due to concurrent projects. The contractor must also ensure timely completion, manage waste disposal appropriately, and maintain site cleanliness. Deliverables must align with specified standards, securing warranties for materials and workmanship. The initiative underscores the government's commitment to enhancing security infrastructure and ensuring compliance with all regulatory requirements throughout the project's lifecycle.
    The document is a Wage Determination register issued by the U.S. Department of Labor under the Service Contract Act (SCA), detailing required minimum wage rates for various occupations based on federal contracts. It establishes a framework to ensure that contractors pay employees at least the prevailing wage rates, reflecting stipulations from Executive Orders 14026 and 13658. Contracts awarded post-January 30, 2022, require a minimum hourly wage of $17.20, while earlier contracts still require at least $12.90. The determination, specifically for Laramie County, Wyoming, outlines hourly wage rates for various roles, including administrative, healthcare, and maintenance occupations, with specified fringe benefits and sick leave entitlements under EO 13706. Additionally, it includes provisions for uniform allowances, hazard pay differentials, and the conformance process for unlisted job classifications, ensuring fair compensation for employees involved in government contracts. This document plays a vital role in guiding compliance with labor laws in federal contracting contexts, thereby safeguarding workers' rights and ensuring they earn fair wages in line with federal directives.
    The document serves as a question-and-answer guide related to the Request for Proposal (RFP) for a Vehicle & Cargo X-Ray Inspection System, identified by Solicitation Number FA461324Q0019, dated September 18, 2024. Key requirements include a scanner capable of three-sided transmission scans, integration of under-vehicle images with vehicle X-ray data, and compliance with performance metrics for density and resolution, which must be validated by third-party certification. The contractor is responsible for lane lighting and will provide a license plate reader for both front and rear views. Specifications entail a throughput of 120 trucks per hour, a standalone height/width gauge, and a comprehensive training program for 90 personnel post-installation. Signage and anti-collision systems are necessary to ensure operational safety. Offerors must complete certain representations as part of their proposal related to telecommunications equipment. The document emphasizes compliance with technical specifications and performance validations as critical components for the contract award, which is based on the lowest price technically acceptable.
    The document details a solicitation for the purchase and installation of a Vehicle and Cargo X-Ray Inspection System at F.E. Warren Air Force Base, identified as Requisition FA461324Q0019. This project is set for a firm-fixed price arrangement, with an expected completion timeline of 180 calendar days post-award. The scope includes submission and approval processes for procurement, contractor obligations for marking and item identification, and logistics for acceptance and delivery of the equipment. It references compliance with various federal acquisition regulations, including requirements for minority-owned business considerations and payment instructions via the Wide Area Workflow system. This solicitation thereby emphasizes supporting women-owned as well as small businesses, reflecting broader governmental efforts to incorporate diverse suppliers in federal contracting. In summation, the solicitation aligns with federal procurement strategies focused on regulatory adherence, economic inclusion, and operational efficiency within defense contract logistics.
    The document outlines an amendment to a federal solicitation, indicating changes to the original solicitation or contract, specifically concerning the acknowledgment of the amendment by bidders. It emphasizes the importance of acknowledging the amendment before the specified deadline to prevent offer rejection. Changes to submitted offers can be made through letters or electronic communications referencing the solicitation and amendment numbers. The amendment includes a new attachment with answers to previously submitted questions, confirming its sole content change without altering other terms or conditions of the original solicitation. The document also includes administrative details, such as the contract ID, point of contact, and the amendment's effective date. This document serves to communicate modifications to potential contractors in compliance with federal procurement regulations, ensuring clarity and transparency in the bidding process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Presolicitation
    Similar Opportunities
    Weapons Generation Facility - Rapiscan ORION 920DX
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of two RAPISCAN ORION 920DX X-ray Inspection Systems for the Weapons Generation Facility at F.E. Warren Air Force Base in Wyoming. The contractor will be responsible for furnishing, delivering, installing, and training Security Forces personnel on the operation and maintenance of the systems, which are critical for enhancing security at the facility's Entry Control Point. This procurement is a Total Small Business Set-Aside and is justified as a brand name only requirement due to specific security protocols that necessitate TSA-approved systems. Interested vendors must submit their quotes by September 23, 2024, at 11:00 AM MT, and can contact Kamary Williams at kamary.williams@us.af.mil or Lou Bustillo at marialourdes.bustillo@us.af.mil for further information.
    X-Ray Inspection System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an X-Ray Inspection System to be utilized at the Sierra Army Depot in Herlong, California. The system must meet specific technical requirements, including a tunnel size capable of scanning objects up to 59 inches by 70.9 inches, a conveyor system with a weight capacity of at least 1,200 kg, and advanced imaging capabilities such as HDMI connectivity and image recall for previous scans. This procurement is critical for ensuring regulatory and safety compliance in various operational contexts, with the solicitation anticipated to be released on October 1, 2024. Interested small businesses are encouraged to contact Justin Lyu at justin.y.lyu.civ@army.mil or 520-671-7843 for further details, and must be registered with the System for Award Management (SAM) to submit proposals.
    X-Ray Inspection System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of an X-Ray Inspection System for the Sierra Army Depot (SIAD) in Herlong, California. The system must meet stringent specifications, including a tunnel size capable of scanning objects up to 59 inches by 70.9 inches, a conveyor that can handle a minimum weight of 1200 kg, and advanced safety features such as low radiation exposure and a steel penetration capability of at least 28 mm. This procurement is crucial for enhancing inspection processes and ensuring operational efficiency within military operations. Interested parties are encouraged to submit their company capability statements, including socioeconomic status and relevant identifiers, to the primary contact, Justin Lyu, at justin.y.lyu.civ@army.mil, as this is a Sources Sought Notice intended for market research only, with no solicitation currently available.
    3D Scanner
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of high-precision 3D scanners for use at Edwards Air Force Base in California. The scanners are essential for 3D scanning aircraft and ground support equipment, facilitating 3D modeling, 3D printing, and reverse engineering processes, with a required accuracy of 0.001 inches or less. This acquisition is critical for enhancing operational efficiency and supporting the design of instrumentation components. Interested vendors must submit their offers by September 25, 2024, and direct any inquiries to Contract Specialists Josiah Broadway and Susana Dryer via email at josiah.broadway@us.af.mil and susana.dryer@us.af.mil, respectively.
    X-Ray Baggage Scanner
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of an X-Ray Baggage Scanner under a combined synopsis/solicitation format. This opportunity is set aside for small businesses and aims to acquire commercial products or services that enhance security and detection capabilities. The X-Ray Baggage Scanner will play a crucial role in ensuring safety and security at various military installations and operations. Interested vendors should direct inquiries to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com, as proposals are being requested without a formal written solicitation being issued.
    Schriever SFB Under Vehicle Surveillance System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of an Under Vehicle Surveillance System (UVSS) for Schriever Space Force Base in Colorado. The contractor will provide a Brand Name or Equal UVSS, including a License Plate Reader and facial recognition capabilities, along with installation, training, and a 12-month warranty for each item. This system is critical for enhancing security at military installations by enabling rapid deployment and effective surveillance of vehicles entering the base. Interested small businesses must submit their quotes by the deadline of September 19, 2024, and can direct inquiries to Jac M Nichols or Linda A. Cummings via the provided contact information.
    Request For Quote - Deployable Automatic Number Plate Recognition (ANPR) Speed Camera
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is soliciting quotes for a Deployable Automatic Number Plate Recognition (ANPR) Speed Camera system under solicitation number F1S3AL4233AW01. The procurement is set aside for small businesses and requires key components such as a Bosch 7100IR Static Bullet Camera, a 512GB SD card, a deployable tripod, a solar power kit, and an enclosure, all designed to operate without cloud connectivity and powered by solar energy. This system is crucial for enhancing traffic enforcement capabilities by capturing clear images of speeding vehicles, with an estimated delivery timeline of 90 days after order receipt. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Jasmine Waterman at jasmine.waterman@us.af.mil or Rebecca Snyder at rebecca.snyder@us.af.mil.
    Solicitation - FD Vehicle Exhaust Removal System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Vehicle Exhaust Removal System to be installed at the Fire Department facility in Building 332 at F.E. Warren Air Force Base, Wyoming. The contractor will be responsible for providing, installing, and training personnel on the system, which must comply with federal, state, and local regulations, and be operational within 90 days of contract award. This procurement is crucial for enhancing safety and air quality standards within the fire department's operations, reflecting the government's commitment to maintaining high operational readiness and environmental compliance. Interested small businesses must submit their proposals by September 20, 2024, and direct any inquiries to Halle Schaneman at halle.schaneman@us.af.mil or Arthur W. Makekau at arthur.makekau@us.af.mil.
    Building 200 Vindicator Installation
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the installation of a Vindicator System at Building 200, Whiteman Air Force Base, Missouri. The procurement involves the acquisition and installation of six cameras at key entry and exit points, which will be integrated into the existing CCTV system to enhance security measures at the facility. This initiative is critical for ensuring effective monitoring and communication within the security infrastructure, thereby safeguarding sensitive information. Interested vendors must submit their quotes by 1:00 P.M. CST on September 24, 2024, and are encouraged to contact SSgt Ryan Hopkin at ryan.hopkin@us.af.mil or SSgt David Bartilson at David.Bartilson@us.af.mil for further details.
    Mobile Automated Scanner Systems (MAUS) Repair and Calibration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and calibration of Mobile Automated Scanner Systems (MAUS) under a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The selected contractor will be responsible for providing all necessary labor, materials, and equipment for repairs, which include a range of services from standard sensor replacements to major software upgrades, all while ensuring compliance with ISO 17025 calibration standards. This opportunity is crucial for maintaining the operational readiness of critical scanning technology used in government operations. Interested parties, particularly women-owned small businesses, must submit their quotes by the specified closing date and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.