X-Ray Luggage 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 Department of the Air Force, specifically the 325 CONS PKP office at Tyndall AFB, FL, is soliciting proposals for the procurement of an X-Ray Luggage Scanner. This requirement is for FY26 and mandates compliance with the attached Salient Characteristics and the Air Cargo Screening Technology List (ACSTL). This opportunity is a Total Small Business Set-Aside. Offers are due May 6, 2026, at 1:00 PM [CDT/ST].
Scope of Work
The contractor shall provide one (1) X-Ray Luggage Scanner (P/N 00-13-1XDV-21 or equal) that meets the detailed Salient Characteristics and ACSTL requirements. The machine must be semi-portable, capable of displaying digitized radiographic images from at least two perspectives, and able to differentiate material types. It must be on the approved ACSTL, not conditionally approved or grandfathered. Key technical specifications include specific dimensions, weight, tunnel size (not less than 40x40 in), 100% duty cycle, dual/multi-view capability, and features like Threat Image Projection, Automatic Liquids Detection, and dual color monitors. Installation, setup, training, and a 12-month warranty are included.
Contract Details
- Type: Solicitation (FA481926Q0016)
- Pricing Arrangement: Firm Fixed Price
- Delivery: FOB Destination, 70 Calendar Days from Date of Award
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334519, Size Standard: 600
- Place of Performance: Tyndall AFB, FL
Submission & Evaluation
Offerors must submit a two-volume proposal: Volume 1 - Price and Volume 2 - Technical. Pricing must include unit and extended prices, with all transportation and delivery charges. The Technical Approach must demonstrate an adequate understanding of the requirements. Evaluation will be based on Price and Technical factors, with award made to the offeror providing the best value to the Government. Technical subfactors will be rated "Acceptable" or "Unacceptable." Only the five lowest-priced and technically acceptable proposals will be considered.
Key Dates & Contacts
- Solicitation Issue Date: April 22, 2026
- Questions Due: April 29, 2026, at 1:00 PM [CDT] (submit via email)
- Offer Submission Deadline: May 6, 2026, at 1:00 PM [CDT/ST] (submit via email)
- Primary Contact: Ryan Crisostomo (ryan.crisostomo.1@us.af.mil, 850-283-8645)
- Secondary Contact: Rebecca Cudjoe (rebecca.cudjoe.1@us.af.mil, 850-283-8511)
Additional Notes
All questions and offers must be submitted via email. Incomplete or late offers will not be considered. All answers to questions will be posted as an amendment on SAM.gov. Attachments include the Salient Characteristics and the ACSTL, which are critical for understanding the technical requirements.