Sole Source X-ray Repair
ID: W912NW25Q0032Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK CCAD CONTR OFFCORPUS CHRISTI, TX, 78419-5260, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command, is seeking a sole source contractor to provide repair services for X-ray Imaging Systems at the Corpus Christi Army Depot in Texas. The procurement involves the replacement and testing of electrical panels, which requires proprietary software and mechanical adjustments that only VJ Technologies Inc. can provide, thus limiting competition due to urgency and exclusivity. This initiative is critical for maintaining the operability and compliance of the X-ray systems, ensuring they are up-to-date with necessary upgrades. Interested contractors must submit their offers by March 5, 2025, and can direct inquiries to Carlos Bernal at carlos.s.bernal.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum details a contract action by the Army Contracting Command to replace and test electrical panels for X-ray Imaging Systems at the Corpus Christi Army Depot. The requirement is new and will be fulfilled by VJ Technologies Inc., which holds the proprietary rights to necessary software and mechanical adjustments, making them the sole source able to perform the service. The contract will be implemented as a fixed-price purchase order, with an estimated period of performance of six months following award. The action is supported by FAR 13.106-1(b)(1), citing urgency and exclusivity as reasons for limiting competition. Market research confirmed that no other sources can provide the required proprietary support, and prior contracts with VJ Technologies indicate a history of procurement for similar services. The document emphasizes the imperative nature of factory service due to the proprietary technology involved, ensuring the equipment remains operable and up-to-date with critical upgrades. This procurement process aligns with regulations requiring public notification while justifying the necessity of using a single-source contractor.
    The document outlines the Request for Quotation (RFQ) W912NW25Q0032, which pertains to the provision of repair services for X-ray Imaging Systems at the Corpus Christi Army Depot. The solicitation emphasizes compliance with federal regulations, specifically regarding contract terms and conditions relevant to commercial products and services. It requires interested contractors to submit their offers by March 5, 2025, and provides detailed information about clauses that govern labor standards, business size certifications, and specific regulations related to telecom and materials services. The solicitation specifies that the contractor should complete required representations and certifications electronically through the System for Award Management (SAM). The RFQ underscores support for small businesses, including those owned by disadvantaged groups, while ensuring adherence to legal frameworks associated with labor practices and procurement standards. This initiative reflects the government’s commitment to efficient operation and regulatory compliance within its contracting processes, facilitating transparency and fair competition in federal acquisitions.
    Lifecycle
    Title
    Type
    Sole Source X-ray Repair
    Currently viewing
    Solicitation
    Similar Opportunities
    PREVENTATIVE MAINTENANCE FOR XRAY IMAGING SYSTEMS
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is soliciting proposals for preventative maintenance services for three X-Ray Imaging Systems located in Corpus Christi, Texas. The contractor will be required to conduct two scheduled maintenance visits annually, ensuring compliance with the Performance Work Statement (PWS) and Department of Defense identification requirements. This procurement is crucial for maintaining the operational readiness and reliability of the imaging systems, which are essential for various defense applications. Proposals must be submitted by 3:00 PM on March 5, 2025, with the contract period running from March 26, 2025, through March 25, 2028. Interested parties can contact Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further information.
    Notice of Intent to Sole Source, Pulserad Flash-Xray System Repair and Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Army, has issued a Notice of Intent to Sole Source for the repair and upgrade of the Pulserad Flash-Xray System. This procurement aims to engage a qualified contractor to perform essential maintenance and enhancements on this specialized electronic and precision equipment, which plays a critical role in military operations and research. The work will take place in Vicksburg, Mississippi, and is categorized under the NAICS code 811210, focusing on electronic and precision equipment repair and maintenance. Interested parties can reach out to Jennifer Hoben at Jennifer.Hoben@usace.army.mil or David Ammermann at david.g.ammermann@usace.army.mil for further details regarding this opportunity.
    Sources Sought for Spectrum Tech Annual Preventive Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Sources Sought opportunity focused on the annual preventive maintenance of Spectrum Technologies Laser Wire and Cable marking machines at the Corpus Christi Army Depot (CCAD) in Texas. The procurement involves a non-personal services contract that requires contractors to provide scheduled preventative maintenance, emergency on-site repairs, and necessary parts and materials support to ensure optimal functionality of the equipment. This maintenance is critical for minimizing equipment downtime and ensuring compliance with safety and environmental regulations, as outlined in the Performance Work Statement (PWS). Interested parties can contact Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or call 361-961-7831 for further details regarding this opportunity.
    Sole Source Vacuum Furnace Repair
    Buyer not available
    The Department of Defense, specifically the Army's Corpus Christi Army Depot, is seeking contractors for a sole source contract to repair vacuum furnaces. The procurement aims to provide nonpersonal services to upgrade the Human Machine Interface (HMI) for these furnaces, ensuring compliance with Department of Defense standards and various Federal Acquisition Regulation (FAR) clauses. This contract is crucial for maintaining the operational efficiency and reliability of military equipment, reflecting the government's commitment to quality and accountability in procurement. Interested contractors should contact Carlos Bernal at carlos.s.bernal.civ@army.mil, with proposals due by March 5, 2025, at 12:00 AM under solicitation number W912NW25Q0030.
    J065--Canon CT Scanner Service Intent to Sole Source
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a sole source contract to Canon Medical Systems Inc. for maintenance services on government-owned Canon CT scanners. This procurement is necessitated by the proprietary nature of the required services, as only Canon can provide the essential maintenance using their exclusive software and parts, ensuring compliance with maintenance requirements. The importance of this contract lies in the critical role that properly maintained CT scanning equipment plays in delivering quality healthcare services to veterans. Interested vendors may submit capability statements within ten days of this notice, and for further inquiries, they can contact Contract Specialist Amanda Patterson-Elliott at amanda.patterson-elliott@va.gov or by phone at 319-338-0581.
    NDT Modernization
    Buyer not available
    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.
    LOAD BANK REPLACEMENT
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking proposals for a sole source contract to replace a load bank on a generator test stand at the Corpus Christi Army Depot in Texas. The procurement aims to acquire a new load bank, along with the necessary ATE++ software and related training, to ensure proper functionality and compliance with technical specifications. This contract, valued at approximately $437,052.71, is crucial due to the proprietary nature of the software, which is exclusively owned by Testek Solutions, and is projected for award in Fiscal Year 2025. Interested vendors must submit their proposals by March 6, 2025, and can direct inquiries to Jennifer Salyers at jennifer.l.salyers2.civ@army.mil.
    Sole Source Helitune
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Corpus Christi Army Depot, is seeking to award a sole-source contract to Helitune, Inc. for the maintenance and calibration of the Helitune WhirlTrak System, which is vital for ensuring helicopter rotor blade quality control. The contract encompasses annual calibration, preventative maintenance, spare parts provisioning, and on-site repair services, structured as a Hybrid Firm-Fixed Price/Time and Material contract with a base year and two additional option years. This procurement is critical as Helitune, Inc. is the only vendor with the proprietary rights and expertise necessary to maintain the system according to OEM specifications, ensuring compliance with safety standards. Interested parties can contact Carlos Bernal at carlos.s.bernal.civ@mail.mil for further information, with proposals due by November 8, 2024, at 4:00 PM.
    Mobile X-Ray Baggage Scanners
    Buyer not available
    The Department of Defense, through the U.S. Army Mission and Installation Contracting Command at Fort Knox, is preparing to procure approximately 16 mobile X-ray baggage scanners to support the United States Military Entrance Processing Command (USMEPCOM). This procurement aims to replace outdated scanners at 17 Military Entrance Processing Stations (MEPS) and includes the installation of new equipment, on-site training for personnel, and the safe disposal of old scanners. The initiative underscores the military's commitment to enhancing security measures during recruitment operations by utilizing advanced scanning technology. Interested small businesses should note that the Request for Quote (RFQ) will be posted on SAM.gov around February 4, 2025, with quotes due by March 3, 2025, and an anticipated award date of March 10, 2025. For inquiries, contact Adam Buchert at adam.p.buchert.civ@army.mil or John Haarala at john.haarala3.civ@army.mil.
    J065--Maintenance on Mobile X-Ray Units
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contract Office 19, is seeking responses for a Sources Sought Notice regarding maintenance services for Mobile X-Ray Units at the Cheyenne VA Medical Center in Wyoming. The objective is to contract qualified imaging equipment specialists to ensure optimal performance, image quality, and safety standards for the mobile x-ray systems, which includes annual monitoring and assessments following installation or repairs. This initiative is crucial for maintaining the functionality and reliability of medical imaging equipment, thereby supporting patient care and safety. Interested entities must submit their business information and capabilities by March 12, 2025, at 10:00 AM Mountain Time, and all inquiries should be directed to Contract Specialist David Glanton at david.glanton@va.gov or by phone at 303-717-7075.