DOSE CALIBRATOR-YMEXRD
ID: W81K0225QA056Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

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

    The Department of Defense, through the Medical Readiness Contracting Office – Pacific, is seeking quotations for the procurement of a Dose Calibrator for the Nuclear Medicine Department at Madigan Army Medical Center, Joint Base Lewis McChord, Washington. This opportunity is set aside for small businesses and aims to award a firm-fixed price purchase order based on technical acceptability and price, with a delivery date required by July 30, 2025. The solicitation emphasizes compliance with federal acquisition regulations and encourages participation from women-owned small businesses, ensuring adherence to various federal laws. Interested contractors must submit their quotes by 9:00 AM PST on June 3, 2025, to the designated contacts, Cindy Means and Scott Barr, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document outlines a solicitation for a contract under the Women-Owned Small Business (WOSB) Program, specifically for the procurement of a Dose Calibrator for the Madigan Army Medical Center's Nuclear Medicine Department. The contract is indicated as unrestricted and follows a lowest price technically acceptable (LPTA) evaluation process, emphasizing the importance of meeting specified technical requirements for evaluation. Key details include submission guidelines and clauses relevant to federal acquisitions, such as compliance with the Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS). The solicitation outlines the necessary features of the equipment, delivery expectations by July 30, 2025, and specific terms regarding invoicing through the Wide Area Workflow (WAWF) system. Additionally, it incorporates clauses that promote small business participation and compliance with various federal laws regarding employment and anti-discrimination. Overall, the document serves as a structured framework for potential contractors to provide compliant quotes, ensuring adherence to government procurement standards while supporting business opportunities for women-owned enterprises.
    Lifecycle
    Title
    Type
    DOSE CALIBRATOR-YMEXRD
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Medical Physics Testing
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking proposals for Medical Physics Testing services under a combined synopsis/solicitation format. This procurement is specifically set aside for small businesses, with a focus on commercial items categorized under NAICS code 541990, which encompasses all other professional, scientific, and technical services. The selected contractor will play a crucial role in ensuring the quality and safety of medical, dental, and veterinary equipment and supplies, which is vital for maintaining health standards within military facilities. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck, who will confirm receipt of all submissions.
    Magnification Check Kits
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking proposals for Magnification Check Kits (MCK) under a total small business set-aside contract. The procurement includes a base quantity of one MCK with options for five additional units, all of which must comply with Calibration Standards Specification JAX-0007, and also includes onsite training for maintenance and repair for up to ten personnel. These kits are crucial for calibrating optical comparators used by Navy personnel in both shore-based laboratories and on-site applications, ensuring precision in measurement and compliance with military standards. Interested vendors must submit their quotations electronically by December 19, 2025, and can direct inquiries to Julia Hunt at julia.m.hunt3.civ@us.navy.mil.
    Joint Base Lewis-McChord Commercial Recycling Service
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command at Joint Base Lewis-McChord (JBLM), is preparing to solicit proposals for commercial recycling services. The contract will encompass the collection, transportation, and management of recyclable materials across various locations within JBLM, including the main base, North, McChord Field, and the Yakima Training Center. This indefinite delivery, indefinite quantity contract is crucial for maintaining environmental sustainability and efficient waste management practices at the installation. The anticipated solicitation release date is around July 11, 2025, with proposals due by 8:00 a.m. Pacific Standard Time on August 11, 2025. Interested contractors must be registered in the System for Award Management (SAM) under NAICS code 562111 and can find further details and updates on the SAM website.
    36C25626Q0007 Gulf Coast Medical Physicist and Radiation Safety Officer Services
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, is seeking proposals for Medical Physicist and Radiation Safety Officer Services under Solicitation Number 36C25626Q0007, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The contractor will be responsible for providing comprehensive management, supervision, and execution of services related to annual compliance testing of diagnostic radiological equipment across various VA facilities in Mississippi, Florida, and Alabama, ensuring adherence to regulatory standards. This contract, structured as a fixed-price indefinite-delivery, indefinite-quantity (IDIQ) agreement, has a base period from February 1, 2026, to January 31, 2027, with four additional one-year options, and a total ceiling of $2,000,000. Interested parties must submit their quotes via email to Tiffany Lee-Franklin by December 16, 2025, at 4:00 PM CST, and all technical questions must be submitted by December 8, 2025.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    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.
    25--CALIPER ASSEMBLY,DI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 36 units of the Caliper Assembly, NSN 2530011796351. This solicitation aims to establish an Indefinite Delivery Contract (IDC) for a term of one year, with a guaranteed minimum quantity of five units and an estimated total order value of $350,000, reflecting the importance of these components in vehicular equipment systems. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA via the email address DibbsBSM@dla.mil. The solicitation is available online, and quotes must be submitted by the specified deadline to be considered.
    Troop Appliance Maintenance and Repair (TAMR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM) in Washington. This non-personal services contract requires the contractor to provide periodic maintenance and repair of appliances, installation, connection, disconnection, and cleaning of dryer ducts and vent systems for Unaccompanied Housing facilities. The contract, valued at up to $19 million, is set to run from November 1, 2025, to March 31, 2030, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. Interested parties must submit their proposals electronically by December 12, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    Notice of Intent to Award Sole Source - Technelite® Generators Mo99/Tc99m and Xenon 133 Gas
    Buyer not available
    The Department of Defense, specifically the U.S. Army Health Contracting Activity, intends to award a sole source contract to Lantheus Medical Imaging, Inc. for the procurement of Technelite® Generators Mo99/Tc99m and Xenon 133 Gas. This contract is essential for the compounding of various radiopharmaceuticals within the Nuclear Medicine Pharmacy at Brooke Army Medical Center, located at JBSA Fort Sam Houston, Texas. The goods are critical for medical applications, particularly in nuclear medicine, where they play a vital role in diagnostic imaging and treatment. The contract is expected to be awarded on or about January 1, 2026, and interested parties may direct inquiries to Patrick Thielemann at patrick.a.thielemann.civ@health.mil or Christopher Gregory at christopher.a.gregory11.civ@mail.mil.
    QUAD CALIBRATION GAS - PRESOLICITATION CM25160006
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of QUAD CALIBRATION GAS under presolicitation CM25160006. This acquisition involves a firm-fixed price, indefinite quantity contract for National Stock Number (NSN) 6665-20-001-4671, with a total small business set-aside, aimed at supporting DLA stock in the continental United States. The contract is valued at up to $2,278,881 and includes a one-year base period with two optional one-year extensions, emphasizing the importance of timely delivery and past performance in the evaluation process. Interested suppliers should submit proposals electronically via DIBBS or email to Kimberly Pozderac at kimberly.pozderac@dla.mil, with the solicitation expected to be available on or around November 21, 2025.
    66--MULTIMETER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 86 units of a MULTIMETER, identified by NSN 6625015098205. This solicitation is a Total Small Business Set-Aside, aimed at acquiring essential instruments and laboratory equipment that support air transportation activities. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all submissions must be received by the specified deadline of 11 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.