Carestream DRX-LC Repair
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Health Agency Contracting Activity (DHACA), on behalf of Navy Medicine Readiness and Training Command (NMRTC) Annapolis, is conducting market research through a Sources Sought notice for X-Ray equipment installation and repair services. The primary requirement involves procuring and installing a KIT-GROUP C, 65KW #P 380-480 VAC,SP generator (Part Number: SPAM6288) into an existing Carestream DRX-LC Long-Length imaging detector. This effort aims to identify responsible sources with the necessary expertise and capabilities. Responses are due March 16, 2026.
Scope of Work
The requirement is for the procurement and installation of one (1) KIT-GROUP C, 65KW #P 380-480 VAC,SP generator (Part Number: SPAM6288). This generator is to be integrated into an existing Carestream DRX-LC Long-Length imaging detector. The services fall under Product Service Code J065 (Maintenance, Repair, and Rebuilding of Medical, Dental, and Veterinary Equipment and Supplies) and NAICS Code 811210 (Electronic and Precision Equipment Repair and Maintenance). The place of performance is Annapolis, MD.
Set-Aside & Participation
This is a Sources Sought notice to determine if a small business set-aside is appropriate. The U.S. Government will consider setting aside this requirement if two or more small businesses respond with information supporting such a decision. All small businesses, including those in socioeconomic categories such as 8(a), Small Disadvantage Business, HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns, are strongly encouraged to identify their capabilities and interest in meeting this requirement at a fair market price.
Submission Requirements
Interested parties should provide:
- Firm Name
- Point of contact (phone and email)
- DUNS number and CAGE code
- Small business status and certifications (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB) with the corresponding NAICS code
- Indication of interest to compete as a prime contractor, or details on subcontracting, joint ventures, or teaming arrangements
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe, government or commercial), and pertinent certifications.
Important Notes
This notice is for informational and planning purposes only and does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP). The U.S. Government is not seeking quotes or proposals at this time and will not pay for any information or administrative costs incurred. Not responding to this notice does not preclude participation in any future solicitation.
Response Deadline & Contacts
Responses must be submitted by March 16, 2026. Points of contact are Matthew S. Tsueda (Contracts Specialist, Matthew.S.Tsueda.ctr@Health.Mil) and Gregory M. Crump (Contracting Officer, Gregory.M.Crump.CIV@Health.Mil).