Maintenance of CT X5000 System
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 DEPT OF THE AIR FORCE (FA8227 AFSC OL H PZIM) intends to procure maintenance and equipment replacement services for the CT X5000 System via a sole-source acquisition from North Star Imaging, Inc. This contract is planned for one base year plus four one-year options.
Scope of Work
This requirement covers the replacement of equipment and preventative maintenance for the CT X5000 System. Services include preventative maintenance, calibration, troubleshooting, repair, software updates, and workstation replacements. North Star Imaging (NSI) is identified as the Original Equipment Manufacturer (OEM) and the only entity with the proprietary rights, software, and trained technicians to perform these specialized services.
Contract & Timeline
- Type: Sole Source Acquisition (Intent to Award)
- Duration: One (1) base year plus four (4) one (1) year options
- Set-Aside: Not applicable (Sole Source)
- Published: February 2, 2026
Justification for Sole Source
The sole source justification highlights that NSI designed, engineered, manufactured, integrated, and installed the NSI X-Series system. NSI is the sole distributor in the United States and the only company approved to install, service, and maintain the equipment and software. The justification emphasizes that servicing by unauthorized personnel could void the warranty or cause the system to become inoperable. No other vendors possess the necessary data rights or capabilities, and the product is not available through the Ability One program, making direct competition for this requirement unfeasible.
Contact Information
For inquiries, contact Nichole Saucedo (nichole.saucedo@us.af.mil) or Lelauni Jenkins (lelauni.jenkins@us.af.mil, 8017775083).