Preventative Maintenance Services for a HI-SCAN 180180-2is Pro X-Ray scanner.
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 U.S. Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), is seeking proposals for Preventative Maintenance Services for a HI-SCAN 180180-2is Pro X-Ray scanner located at the National Bio and Agro Defense Facility (NBAF) in Manhattan, KS. This is a combined synopsis/solicitation (RFQ) for commercial items. The acquisition is unrestricted, though Smiths Detection Inc. is identified as the intended sole source due to proprietary equipment and certified technicians. Quotations are due by April 7, 2026.
Scope of Work
The contractor will provide on-site preventative maintenance services for one HI-SCAN 180180-2is Pro X-ray scanner (serial number 191583). This includes:
- One annual preventative maintenance visit, covering labor, materials, equipment, and supervision.
- One annual radiation verification, with a radiation (RAD) report and service documents provided within two weeks.
- Coverage for all equipment failures, including normal wear and tear (excluding user-caused issues), with parts, labor, and travel.
- Initiation of repairs within 24 hours of confirmation and parts arrival, with expedited shipping for replacement parts. A 36-hour response time is specified for standard maintenance.
Contract & Timeline
- Type: Firm-Fixed-Price Request for Quotation (RFQ).
- Duration: One base year plus four one-year option periods, for a total of five years.
- Set-Aside: Unrestricted.
- NAICS: 811210 ($34 Million small business size standard).
- Place of Performance: USDA NBAF EDC, 1200 Kretschmer Dr, Suite 100, Manhattan, KS 66503.
- Quotations Due: April 7, 2026, by 7:00 PM ET.
- Questions Due: April 3, 2025, by 3:00 PM ET.
- Published: April 1, 2026.
Evaluation
Award will be made to the offeror representing the best value to the Government. Evaluation criteria include Technical Approach, Price, and Past Performance. Technical approach will assess preventative maintenance services for the specified X-Ray scanner. Price will be evaluated for fairness and reasonableness. Past performance will be rated as Acceptable or Neutral; unacceptable past performance may disqualify an offeror. Award will go to the highest technically rated offeror, provided price is fair and reasonable and past performance is acceptable/neutral. No tradeoffs will be conducted. Offerors must hold prices for 90 calendar days.
Special Requirements
Technicians must comply with NBAF security policies and will be escorted. Non-US citizens require a Name Trace pre-approval. Contractor is responsible for safety and health matters. Invoices must be submitted via the Invoice Processing Platform (www.ipp.gov).