Federal Bid

Last Updated on 10 Nov 2023 at 2 AM
Special Notice
Indian head Maryland

(Synopsis) for Linatron Service Removal Maintenance and Repairs

Solicitation ID N0017424SN0014
Posted Date 10 Nov 2023 at 2 AM
Archive Date 09 Dec 2023 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nswc Indian Head Division
Agency Department Of Defense
Location Indian head Maryland United states 20640

Synopsis for Linatron Service Maintenance and Repairs

Explosive Ordnance Disposal Technology Division (NSWC IHD), Contracts Department, Code 02 intends to award a Firm Fixed price modification to an existing purchase order for the removal of two x-ray machines from Building 1140 for maintenance of the crane system the x-ray machines are suspended from. This is not for maintenance of the x-ray machines themselves. Components that have not been accessible since installation over 10 years ago will be replaced.  Then the systems must be re-installed,[BJLCUNI(1]  on a sole source basis to Varex Imaging Corporation (CAGE 7SNX7), 6811 Spencer Street, Las Vegas, Nevada 89119-4601. Maintenance will be performed at NSWC IHD.  NAVSEA S0420-AA-RAD-010 REVISION 1A Radiological Affairs Support Program Manual Section 11.4.2.16 requires “Repair or maintenance of all x-ray machines shall be conducted by an authorized manufacturer representative”. The Varex M Series Linear Accelerators are proprietary to Varex Imaging Corporation, therefore Varex is the only vendor authorized to perform maintenance, system repairs, or provide spare parts for Varex M Series Linear Accelerators. The government intends to award a sole source contract under the authority of 10 USC 2304 (a) (1), as implemented in FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The NAICS code is 344517 and the PSC is J059.

THIS IS NOT AN INVITATION FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of 10 USC 3204(a)(1), as implemented in FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. No solicitation will be available for this procurement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract.

All responding sources must email their capabilities statements no later than 24 November 2023, 3:00 pm EST to:

2) NSWC IHEODTD

Attn: Waylin Duhon

4081 N. Jackson Road, Bldg. 841

Indian Head, MD 20640-5035

[email protected]

Large files need to be compressed using Zip and renamed with a .zip file extension.

Bid Protests Not Available

Similar Past Bids

Indian head Maryland 16 May 2019 at 6 PM
Indian head Maryland 01 Aug 2019 at 8 PM
Mcalester Oklahoma 12 Aug 2010 at 12 PM
Chambersburg Pennsylvania 02 Feb 2009 at 8 PM

Similar Opportunities

Indian head Maryland 16 Jul 2025 at 8 PM
Location Unknown 10 Jul 2025 at 10 PM
Billings Montana 10 Jul 2025 at 10 PM
Hill air force base Utah 28 Nov 2027 at 4 PM