RADIOGRAPH ISOTOPE DEVICE
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 Logistics Agency (DLA) Maritime - Puget Sound has issued a solicitation for a Radiograph Isotope Device, including a CO60 60025 100CI radiography source, service program, disposition fee, and a leak test kit. This is an unrestricted acquisition, with all listed items identified as "SOLE SOURCE." Proposals are due by May 14, 2026, at 09:00 AM.
Scope of Work
This solicitation covers the procurement of specific radiography equipment and related services:
- Item 0001: CO60 60025 100CI, MODEL A-424-14 RADIOGRAPHY SOURCE
- Item 0002: SERVICE PROGRAM ON CUSTOMER SUPPLIED EXPOSURE DEVICE SENTRY110
- Item 0003: DISPOSITION FEE FOR CURRENT SOURCE IN EXPOSURE DEVICE
- Item 0004: TEST KIT 518/KOWIPE LEAK TEST-KIT ONLY All items are designated as "SOLE SOURCE." DFARS 252.211-7003 (Item Identification and Valuation) is applicable, requiring DoD unique identification. Packaging and marking must comply with ASTM-D-3951, and Hazardous Material Identification and Safety Data are required.
Contract Details
- Contract Type: Solicitation
- Set-Aside: Unrestricted
- Place of Performance: Bremerton, WA 98314, United States
- Payment: Via Wide Area Work Flow (WAWF)
- Inspection & Acceptance: At destination
- Delivery: FOB Destination Bremerton, WA
Submission & Evaluation
Electronic submission of quotes is available through the SAM website. To be considered responsive, the solicitation packet must be completed and returned by the closing date. Key submission requirements include:
- Completing box 17A, reading box 28, and signing page 1 (boxes 30 a, b, and c).
- Providing your CAGE code.
- Quoting FOB Destination Bremerton, WA.
- Annotating the lead time.
- Annotating the name of the manufacturer and the product's country of manufacturing.
- Submitting a signed and completed solicitation via email to jack.edwards@dla.mil or fax to 360-476-4121.
- Checking applicable boxes in Clause 52.204-24 (2)(d) (1) and (2).
Offer Due Date: May 14, 2026, at 09:00 AM.
Proposals will be evaluated based on price and other factors, with the relative importance of non-price factors varying as specified in the solicitation (e.g., "significantly more important than price," "approximately equal to price," or "significantly less important" than price).
Additional Notes
Contractors are required to implement NIST SP 800-171, with a current assessment (not more than 3 years old), unless items are Commercial Off The Shelf (COTS) and identified as such during the bid. Contractors must obtain a Defense Biometric Identification System (DBIDS) credential for base access and use the Vendor Shipment Module (VSM) for shipping documentation. Various FAR and DFARS clauses are incorporated by reference, including those related to safeguarding covered defense information and cyber incident reporting.
Primary Contact: JACK EDWARDS, JACK.EDWARDS@DLA.MIL, 360-813-9577.