Computed Radiography Unit
ID: FA521525Q0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5215 766 ESS PKPJBPHH, HI, 96860-4928, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

IMAGING EQUIPMENT AND SUPPLIES: MEDICAL, DENTAL, VETERINARY (6525)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Computed Radiography Unit, which includes a CR reader and imaging plates, essential for military operational readiness. The equipment must feature advanced capabilities such as laser scanning technology and high-resolution data processing, along with necessary accessories for effective operation and mobility. This procurement is a total small business set-aside, with quotes due by March 18, 2025, and delivery expected within 30 days after award, contingent upon funding availability. Interested vendors can contact Paula Garcia at paula.garcia.1@us.af.mil or Thomas Hembree at thomas.hembree@us.af.mil for further details.

    Files
    Title
    Posted
    The document FA521525Q0006 outlines a set of clauses incorporated by reference for government contracts, particularly focusing on compliance guidelines, reporting requirements, and certifications necessary for offerors in federal contracting. Key clauses include regulations regarding compensation for former Department of Defense (DoD) officials, whistleblower rights, telecommunications security, and the Buy American Act. Specific guidance is provided for unique item identification and the handling of items with a significant acquisition cost. The document emphasizes the importance of adhering to material inspection protocols and the use of the Wide Area Workflow (WAWF) system for payment requests. Additionally, it details compliance requirements regarding corporate representation for small, disadvantaged, and veteran-owned businesses, as well as stipulations related to child labor, taxes, and foreign ownership. This structured approach ensures that contractors meet federal standards and enhances oversight in government procurement processes. The purpose of the document is to provide comprehensive documentation for contractors, facilitating adherence to federal regulations and maintaining transparency and accountability in government contract management.
    The document is a Request for Quotation (RFQ) issued by the Department of the Air Force for the procurement of a Computed Radiography Unit and its installation, designated as solicitation FA521525Q0006. It is a 100% Small Business set-aside, adhering to FAR guidelines, specifically FAR Subpart 13.5 and 12.6. The procurement emphasizes the importance of "brand name or equal" products, requiring offers to meet specific performance characteristics alongside technical documentation. The solicitation specifies that funds are not currently available, and awards will not be made until funding is secured, with the option for the government to cancel at will without reimbursement for costs incurred by offerors. Quotes must be submitted by 18 March 2025 and valid until 15 June 2025, with the delivery expected within 30 days after award. Evaluation of offers will focus on achieving the lowest price technically acceptable (LPTA). Additionally, the document establishes an ombudsman process for resolving concerns, with clear instructions on communication. The file reflects standard practices in government procurement, ensuring transparency and compliance with federal regulations while fostering small business participation.
    The document outlines the specifications for a Computed Radiography (CR) system intended for use by the Air Force. Key components include a CR reader and imaging plates that work with automated evaluation software. Essential features for the reader include the ability to scan imaging plates using laser technology and convey data to a computer workstation. The workstation must feature a high-resolution monitor, alongside transport cases for easy mobility of the equipment. The imaging plates must effectively transform radiation signals into optical signals while maintaining high object signal integrity for various applications, such as crack detection and welder certification. The requirement also includes flexible and rigid cassettes that accommodate imaging plates, as well as extraction tools for plate removal. Additional accessories, such as screen cleaners and quality indicators, are specified to ensure operational effectiveness. Installation prerequisites include compatibility with standard electrical outlets and the space needed to set up the units. The contractor is responsible for the unpacking, installation, and training of personnel. This document serves as a request for proposals (RFP) targeting vendors for the procurement of specialized radiographic equipment necessary for the military's operational readiness and capability enhancement.
    Lifecycle
    Title
    Type
    Computed Radiography Unit
    Currently viewing
    Solicitation
    Similar Opportunities
    NDT Modernization
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command - Rock Island, is seeking proposals for the modernization of Non-Destructive Testing (NDT) equipment at the Rock Island Arsenal. This procurement aims to enhance the Army's capabilities by replacing existing linear accelerators and X-ray tubes, with options for additional computed radiography technology and modular vaults, contingent upon funding availability. The modernization is critical for improving inspection technologies and operational readiness within defense manufacturing. Proposals are due electronically by 10:00 AM CT on February 21, 2025, and interested vendors should contact Contract Specialist Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Contracting Officer Ashley Moore at ashley.m.moore85.civ@army.mil for further details.
    Repair of the SEM/EDX JetSCAN Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Scanning Electron Microscopes (SEM/EDX), focusing on the inoperable JetSCAN equipment. The procurement aims to establish a firm fixed price contract that includes identifying, troubleshooting, and repairing the JetSCAN machines, along with providing a three-day user training course and monthly status reports for data trend analysis. These services are crucial for maintaining the operational readiness of high-value scientific equipment used by the U.S. Air Force. Proposals are due by January 16, 2025, and interested contractors can reach out to Jordan Rausch at jordan.rausch@us.af.mil or Lance Culver at jimmy.culver@us.af.mil for further information.
    Laser Engraver
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of an Epilog Fusion PRO 36 Dual Source Laser system, along with associated installation, training, and advanced software services. This advanced laser engraving system is crucial for various applications within the military, emphasizing the need for high-quality engraving capabilities and operational efficiency. Interested vendors must comply with specific requirements outlined in the solicitation, including dimensions, power specifications, and warranty provisions, and are encouraged to submit their proposals, including detailed pricing, by the specified deadlines. For further inquiries, potential offerors can contact Katie Nieft at katie.nieft@us.af.mil or Patrick Enriquez at patrick.enriquez.4@us.af.mil.
    Laptop/Tablet Based Point-of-Care Ultrasound System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the acquisition of two laptop or tablet-based Point-of-Care Ultrasound Systems. These systems will be utilized to conduct extended focused assessments with sonography for trauma, aimed at training and certifying Army Combat Medic Specialists during their Advanced Leadership Course. The procurement is classified under NAICS code 334510 and is open for full competition, with proposals due by 5:00 PM EDT on March 18, 2025, via email. Interested vendors must be registered with the System for Award Management (SAM) and ensure compliance with federal regulations, with delivery of the equipment required by May 1, 2025. For further inquiries, contact Frank Whorton at frank.a.whorton.civ@health.mil or Rebecca Ruff at rebecca-lynn.m.ruff.civ@health.mil.
    Notice Of Intent for Maintenance and Preventative Services for Radiology Equipment
    Buyer not available
    The Defense Health Agency (DHA) intends to award a firm fixed price contract for maintenance and preventative services for radiology equipment at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. This procurement is being conducted on a sole source basis with Hologic Inc., the only vendor possessing the proprietary rights to the necessary software and products, as authorized under FAR 6.302-1 for "Only one responsible source." The services are critical for ensuring the operational readiness and reliability of medical imaging equipment used in military healthcare settings. Interested parties must express their interest and capabilities by emailing Claudia Febres Mormontoy at claudia.a.febresmormontoy.ctr@health.mil by 9 AM EST on March 18, 2025, as this notice does not constitute a request for competitive proposals.
    Repair services for the CRC TPS-75 program NSN 5840-01-538-6564
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to the CRC TPS-75 program, focusing on the frequency generator identified by NSN 5840-01-538-6564. The procurement requires contractors to perform comprehensive inspection, testing, and restoration services, adhering to strict quality standards and documentation protocols, including Electrostatic Discharge (ESD) control and counterfeit prevention measures. This equipment is critical for military operations, necessitating that all repairs meet the standards of new items to ensure operational readiness. Interested contractors should contact Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, with proposals due by March 31, 2025.
    16--CRT LIGHT ASSY - AND OTHER REPLACEMENT PARTS
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure various replacement parts, including CRT Light Assemblies and other components, on a sole source basis from General Atomics. The procurement includes specific quantities of items such as Power Supply Assemblies, Control Box Assemblies, and Fiber Optic Assemblies, which are critical for the maintenance and repair of miscellaneous aircraft accessories. This opportunity is particularly important as the government does not possess the necessary data to source these parts from alternative manufacturers, and all proposals received within 45 days of the notice will be considered. Interested parties should submit their capabilities and qualifications via email to Michael J. Dickens at MICHAEL.J.DICKENS5.CIV@US.NAVY.MIL, with the anticipated award date set for September 2025.
    Repair services for the CRC TYQ-23 power supply NSN 6130013093090 ZR
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to the CRC TYQ-23 power supply, identified by National Stock Number (NSN) 6130013093090 ZR. The procurement requires qualified vendors to provide repair services that meet stringent qualification criteria, including minor and major repairs, with fixed pricing outlined for each service line item. This power supply is critical for military operations, emphasizing the need for specialized repair services to maintain operational readiness and efficiency. Interested small businesses must submit their proposals by the specified deadlines, and inquiries can be directed to Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further information.
    Mobile X-Ray Baggage Scanners
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of mobile X-ray baggage scanners to be deployed at 17 Military Entrance Processing Stations (MEPS) across the United States. The procurement includes the supply, delivery, installation, and training for the new scanners, as well as the removal and disposal of outdated equipment, ensuring compliance with specified technical standards and safety regulations. This initiative is crucial for enhancing security measures at MEPS, facilitating effective screening of applicants entering the Armed Services. Interested contractors should contact Adam Buchert at adam.p.buchert.civ@army.mil or John Haarala at john.haarala3.civ@army.mil for further details regarding the solicitation process.
    REPAIR SERVICES CRC TSP-75 PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the Sensitivity Time Control (STC) Interface Board Assembly, part of the TPS-75 radar system. The procurement includes comprehensive repair services, which may involve teardown, evaluation, and various levels of repair, ensuring that the equipment meets stringent military performance standards. This opportunity is critical for maintaining operational readiness and effectiveness of radar systems used in military operations. Interested small businesses must submit their proposals by March 24, 2025, and can direct inquiries to John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463.