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 the Air Force is seeking proposals for the procurement of a Computed Radiography Unit, which is essential for X-ray processing in certifying metals technology personnel and supporting inspections of transient aircraft. The new unit must meet specific compatibility and performance requirements, including integration with the Air Force’s Automated Computed Radiography Evaluation Software (ACRES) and achieving minimum spatial resolutions of 6.0 LP/mm for designated products. 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 (808) 471-4329 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 outlines a solicitation for commercial products and services issued by the Department of the Air Force, specifically the Air Force Installation Contracting Agency, for a Computed Radiography Unit and associated installation and training services. This Request for Quotation (RFQ), identified as FA521525Q0006, is exclusively available to small businesses, with a firm-fixed price contract awarded to the most advantageous offer based on a Lowest Price Technically Acceptable (LPTA) evaluation. Offers must be submitted by April 4, 2025, and quotes are valid until June 15, 2025. The solicitation emphasizes the absence of available funds at the time of issuance, allowing the government to cancel the solicitation with no reimbursement obligations. Specific submission instructions, including required documentation like the offeror’s information, technical descriptions, and pricing, are provided. Furthermore, an ombudsman role is outlined to address concerns during the procurement process. All inquiries must be directed to designated contracting officials. The document reaffirms the Air Force's compliance with federal acquisition regulations, highlighting the importance of small business participation in government contracts.
    The document outlines the specifications for a Computed Radiography (CR) system essential for the Air Force’s imaging requirements. Key components include a CR reader that scans imaging plates (IP) with laser light, compatible with existing software, and a desktop computer equipped to view CR images. High-resolution monitors (3MP or 5MP), flexible and rigid cassettes of various sizes, a cassette extraction tool, and a digital plate carrier are also specified to support efficient imaging and processing. Additional components include a screen cleaner and wipes for maintaining cassettes and screens. Furthermore, specific radiation absorption plates and an Image Quality Indicator Set are essential for ensuring accurate radiographic technique assessments. The installation process requires a setup in an 11x18 ft. area and encompasses equipment unpacking, installation, and user training over two days. This RFP highlights the Air Force's focused effort to enhance imaging capabilities through the procurement of specialized radiographic equipment while ensuring proper training for operational efficiency.
    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 procurement requirements for a new Computed Radiography Unit to replace a non-compliant unit essential for X-ray processing used in certifying metals technology personnel and supporting inspections of transient aircraft. Key specifications for the new system include the compatibility with the Air Force’s Automated Computed Radiography Evaluation Software (ACRES), and must achieve minimum spatial resolutions of 6.0 LP/mm for specific GE and Carestream products. Essential components outlined include a high-resolution desktop computer, monitors, various sizes of imaging plates (both high and ultra-high resolution), flexible and rigid cassettes, and essential cleaning tools. The delivery and installation requirements specify the need for the unit to operate on a standard 110v outlet in an area sized 11 x 18 feet, along with an 8-hour installation and training session. This document serves the purpose of issuing a Request for Proposal (RFP) for federal entities to procure the outlined equipment, ensuring regulatory compliance and operational capability in performing necessary X-ray inspections, thereby supporting the overall mission of metals technology certification in military operations.
    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
    Energy dispersive micro-focusing X-ray fluorescence spectrometer (μEDXRF) with poly-capillary optics
    Dept Of Defense
    The Department of the Air Force is conducting a market survey to identify potential sources for an energy-dispersive micro-focusing X-ray fluorescence spectrometer (μEDXRF) with poly-capillary optics. This advanced instrument is essential for non-destructive spectral mapping and chemical analysis of materials used in aircraft and jet engines, requiring capabilities to detect elements from Carbon to Uranium with high resolution and sensitivity. Interested contractors, both small and large businesses, are encouraged to submit documentation demonstrating their expertise in manufacturing μEDXRF spectrometers, along with quality assurance processes and relevant past experience. Responses are due by January 7, 2026, and should be directed to Erin Hampton (erin.hampton@us.af.mil) and Anthony Dollard (anthony.dollard@us.af.mil).
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    NDT Modernization
    Dept Of Defense
    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.
    Advanced Multiplexed Eddy Current Array
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    C-130, C-17 and C-5 Solid State Cockpit Voice Recording (SSCVR) and Solid State Flight Data Recorder (SSFDR) and Amplifier Control Unit (ACU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit a contract for the repair of Solid State Cockpit Voice Recorders (SSCVR) and Flight Data Recorders (SSFDR) for the C-130, C-17, and C-5 aircraft. The procurement aims to establish a five-year, Firm Fixed Price, Requirements, Indefinite Delivery Contract (IDC) that includes one base period of 12 months and four additional ordering periods, with the intent to negotiate solely with ACRON AVIATION, INC. for these services. This equipment is critical for flight safety and operational integrity, and the official Request for Proposal (RFP) is expected to be issued on February 1, 2026. Interested parties may submit their Statements of Capabilities to the designated contacts, Chiquita Glover-Perkins and Anthony Simmons, via email for consideration in the procurement process.
    58--ENCLOSURE, FCR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the manufacture of 10 units of the Enclosure, FCR, identified by NSN 5820-01-654-0419. The procurement requires delivery of these items to designated DLA distribution centers in Pennsylvania and California within 120 days after contract award, adhering to specific technical and inspection requirements. This acquisition is crucial for maintaining radio and television communication equipment, and it is set aside entirely for small business concerns under FAR 19.5. Interested vendors must submit their proposals, including a completed and signed RFP, to the primary contact, Taylor N. Bloor, at TAYLOR.BLOOR@NAVY.MIL, prior to the closing date specified in the solicitation N00104-26-Q-BB25.
    REMOTE CONTROL UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a Remote Control Unit. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality assurance standards, including compliance with MIL-STD packaging and government inspection protocols. This equipment is critical for military operations, and the selected contractor must be an authorized repair source, with a requested repair turnaround time of 126 days after asset receipt. Interested parties should submit their quotes and any necessary certifications via email to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, with the solicitation details emphasizing the importance of timely and compliant submissions.
    58--DETECTOR,RADIO FREQUEN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 58 radio frequency detectors, specifically NSN 5895012110211. The requirement includes the delivery of 56 units by April 11 and 1 unit by January 20 to DLA Distribution Warner Robins, highlighting the critical need for these components in defense operations. This procurement is set aside for small businesses, emphasizing the government's commitment to supporting small enterprises in the defense sector. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    F-100 Case, Compressor, Air
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.