Search Contract Opportunities

Radiation Gate Monitor Calibration and Repair (CONUS - OCONUS Locations)   2

ID: SP4510-25-Q-1044 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 6, 2025, 8:37 a.m. EDT

8/6/2025 - Amendment 3 issued.

8/1/2025 - Amendment 2 issued.

7/18/2025 - Amendment 1 issued.

DLA Disposition Services

Radiation Gate Monitor Calibration

This is a combined synopsis/solicitation for commercial items/services prepared in accordance with FAR 12 and 13.5 The required equipment is per the attached specifications, including its delivery timeframes. The procurement is under NAICS 541990 with a size standard of $19.5 million. The requirement is placed for as a Small Business Set-Aside. The following clauses will be included in the award: FAR 52.212-4, Contract Terms and Conditions Commercial Item; FAR 52.212-5, Contract Terms and Conditions required to implement statutes or Executive Orders Commercial items. Offeror must submit Representations and Certifications (FAR 52.212-3). If an offeror has completed the annual representations and certificates electronically the offeror shall complete only paragraph (b) of this provision.

Quotes are to be received no later than 2:00 p.m. Eastern Standard U.S. Time on the above specified date, via email only to the designated Contracting Officer.

See Attachment for the Price Schedule and Specifications/Additional Terms.

All contractor performance shall be in a safe manner, and in compliance with all applicable Federal, state, and local laws and regulations, and all installation policies. Any/all required documentation and service-related requirements including installation access are the responsibility of the contractor, with coordination as necessary with the site POC. Deliveries must be made during normal installation work hours which are available from the above POC, excluding Federal holidays.

Notes:

1. ADDENDUM TO 52.212-2 EVALUATION COMMERCIAL ITEMS and FAR 52.212-01 Fill-in coverage listed at the end of the PWS.

2. The awardee will be required to use Synchronized Predeployment and Operational Tracker (SPOT) when performing in some overseas locations. See contract clauses 252.225-7040, 252.225-7980, 252.225-7987, 252.225-7976, and 252.225-7995.

3. Any award made off this solicitation will be published on www.sam.gov. Offers are advised to frequently check www.sam.gov for any modifications to the solicitation and for the system award notice. Unsuccessful offerors will not be notified separately of their unsuccessful proposals.

FAR 52.212-1 Instructions to Offerors -- Commercial (SEP 2023)

FAR 52.212-2 Evaluation -- Commercial Items (NOV 2021)

FAR 52.212-3 Offerors Representations and Certifications -- Commercial Items (MAY 2024)

FAR 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services--Alternate I (MAY 2024)

FAR 52.212-4 Contract Terms and Conditions -- Commercial Items) (NOV 2023)

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) (JAN 2025)

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017)

52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (DEC 2023)

52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021)

52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)

52.233-3 Protest After Award (Aug 1996)

52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)

52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021

52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020)

52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023)

52.204-30, Federal Acquisition Supply Chain Security Act Orders Prohibition. (Dec 2023)

52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025)

52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018)

52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)

52.219-8, Utilization of Small Business Concerns (Jan 2025)

52.219-14, Limitations on Subcontracting (Oct 2022)

52.222-3 Convict Labor (JUN 2003)

52.222-19, Child Labor Cooperation with Authorities and Remedies (Jan 2025)

52.222-35, Equal Opportunity for Veterans (Jun 2020)

52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020)

52.222-37, Employment Reports on Veterans (Jun 2020)

52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)

52.222-50, Combating Trafficking in Persons (Nov 2021)

52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)

52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)

52.229-12, Tax on Certain Foreign Procurements (Feb 2021)

52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)

52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024)

The following additional FAR clauses apply to this procurement:

52.204-7 System for Award Management (NOV 2024)

52.204-13 System for Award Management Maintenance (OCT 2018)

52.204-16 Commercial and Government Entity Code Reporting (AUG 2020)

52.204-17 Ownership or Control of Offeror (Aug 2020)

52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)

52.204-20 Predecessor of Offeror (AUG 2020)

52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)

52.216-18 Ordering (AUG 2020)

52.216-19 Order Limitations (OCT 1995)

52.216-22 Indefinite Quantity (OCT 1995)

52.217-9 Option to Extend the Term of the Contract (MAR 2000)

52.219-28 Post-Award Small Business Program Representation (JAN 2025)

52.222-56 Certification Regarding Trafficking in Persons Compliance Plan (OCT 2020)

52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (Jun 2020)

52.228-3 Workers' Compensation Insurance (Defense Base Act) (JUL 2014)

52.229-11 Tax on Certain Foreign Procurements (JUN 2020)

52.232-23 Assignment of Claims (MAY 2014)

52.233-1 Disputes (MAY 2014)

52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013)

52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)

52.247-34, FOB Destination (Nov 1991)

The following DFARS clauses apply to this procurement:

252.201-7000 Contracting Officer's Representative (DEC 1991)

252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011)

252.203-7002, Requirement to Inform Employees of Whistleblower Rights (DEC 2022)

252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022)

252.204-7003 Control of Government Personnel Work Product (APR 1992)

252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)

252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (JAN 2023)

252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024)

252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION FOR LITIGATION SUPPORT (JAN 2023)

252.204-7016 Covered Defense Telecommunications Equipment or Services Representation (DEC 2019)

252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation (MAY 2021)

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023)

252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023)

252.204-7020 NIST SP 800-171 DoD Assessment Requirements (NOV 2023)

252.204-7024 Notice on the use of the Supplier Performance Risk System (MAR 2023)

252.211-7003 Item Unique Identification and Valuation (JAN 2023)

252.215-7008 Only One Offer (DEC 2022)

252.225-7000 Buy American--Balance of Payments Program Certificate Basic (FEB 2024)

252.225-7001 Buy American and Balance of Payments Program Basic (FEB 2024)

252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (MAR 2022)

252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)

252.225-7048 Export-Controlled Items (Jun 2013)

252.225-7052 Restriction on the Acquisition of Certain Magnets and Tungsten (MAY 2024)

252.225-7055 Representation Regarding Business Operations with the Maduro Regime (MAY 2022)

252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022

252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region Representation (JUN 2023)

252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region (JUN 2023)

252.225-7040 Contractor Personnel Supporting U.S. Armed Forces Outside the United States

252.225-7980, Contractor Personnel Performing in the United States Africa Command Area of Responsibility (DEVIATION 2016-O0008) (JUN 2016)

252.225-7987, Requirements for Contractor Personnel Performing in USSOUTHCOM Area of Responsibility (DEVIATION 2014-O0016) (OCT 2014)

252.225-7976 Contractor Personnel Performing in Japan (DEVIATION 2018-O0019)
252.225-7995 Contractor Personnel Performing in the United States Central Command Area of Responsibility (DEVIATION 2017-O0004) (SEP 2017)

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018))

252.232-7006 Wide Area WorkFlow Payment Instructions (JAN 2023) (By reference, full text provided in bilateral award)

252.232-7010 Levies on Contract Payments (DEC 2006)

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023)

252.243-7002 Requests for Equitable Adjustment (DEC 2022)

252.244-7000 Subcontracts for Commercial Items (DEC 2022)

252.247-7023 Transportation of Supplies by Sea Basic (JAN 2023)

DLAD Procurement Notes:

DLAD 5452.233-9001 DISPUTES AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (JUN 2020)

C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016)

C03 CONTRACTOR RETENTION OF SUPPLY CHAIN TRACEABILITY DOCUMENTATION (JUN 2023)

L06 Agency Protests (DEC 2016)

L09 Reverse Auction (OCT 2016)

Posted: Aug. 1, 2025, 12:31 p.m. EDT
Posted: July 18, 2025, 9:33 a.m. EDT
Posted: July 9, 2025, 1:31 p.m. EDT
Posted: July 9, 2025, 10:21 a.m. EDT
Background
The Defense Logistics Agency (DLA) Disposition Services (DS) is a Major Subordinate Command of DLA, responsible for disposing of and reutilizing Department of Defense (DoD) excess and surplus property. The purpose of this contract is to provide calibration, preventive maintenance, corrective maintenance services for radiation gate monitors, and training for personnel at various DLA DS field sites located both within the Continental United States (CONUS) and Outside Continental United States (OCONUS).

Work Details
The contractor shall perform the following tasks:

1. Report to the DLA DS location main office to sign in before conducting any services.

2. Provide all personnel, management, supervision, trained labor, tools, transportation, equipment, supplies, and materials necessary for gate monitor calibration services at specified DLA DS locations.

3. Perform 'LOCK OUT/ TAG OUT' procedures on all electrical systems prior to work initiation.

4. Conduct radiation gate monitor calibration according to manufacturer specifications and provide recommendations for operational improvements.

5. Complete calibration services within specified timeframes: 60 days for CONUS and 120 days for OCONUS after task order issuance.

6. Submit a detailed calibration report within 10 days post-service completion including specific information such as date of calibration and results.

7. Clean up workspace after each service day and dispose of any debris or parts appropriately.

8. Provide training to USG personnel upon request regarding setup, calibration, and preventative maintenance of radiation monitors.

Period of Performance
This is a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract consisting of one base period of 12 months with two additional option periods of 12 months each, totaling a maximum duration of three years.

Place of Performance
Services will be performed at various DLA Disposition Services field sites located throughout the Continental United States (CONUS) and Outside Continental United States (OCONUS).

Overview

Response Deadline
Aug. 11, 2025, 2:00 p.m. EDT Past Due
Posted
July 9, 2025, 10:21 a.m. EDT (updated: Aug. 6, 2025, 8:37 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$19.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
On 7/9/25 DLA Disposition Services issued Synopsis Solicitation SP4510-25-Q-1044 for Radiation Gate Monitor Calibration and Repair (CONUS - OCONUS Locations) due 8/11/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541990 (SBA Size Standard $19.5 Million) and PSC J059.

NATO Stock Number

Details for NSN 7540011529070

NSN
NIIN
011529070
Standard Unit Price (DLA)
$13,900.00

Approved Suppliers
Primary Contact
Name
Matthew Wonch   Profile
Phone
(269) 967-9421

Documents

Posted documents for Synopsis Solicitation SP4510-25-Q-1044

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation SP4510-25-Q-1044

Award Notifications

Agency published notification of awards for Synopsis Solicitation SP4510-25-Q-1044

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation SP4510-25-Q-1044

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation SP4510-25-Q-1044

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation SP4510-25-Q-1044

Experts for Radiation Gate Monitor Calibration and Repair (CONUS - OCONUS Locations)

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA DISPOSITION SERVICES > DLA DISPOSITION SERVICES - EBS
FPDS Organization Code
97AS-SP4510
Source Organization Code
500045726
Last Updated
Aug. 26, 2025
Last Updated By
matthew.wonch@dla.mil
Archive Date
Aug. 26, 2025