X-RAY STAND
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 is soliciting proposals for a PELTEC X-STAND MOBILE X-RAY TUBE STAND under a 100% Total Small Business Set-Aside. This is a Firm Fixed-Price supply contract for delivery to the Puget Sound Naval Shipyard in Bremerton, WA. Offers are due by April 21, 2026, at 10:00 AM.
Scope of Work
The requirement is for one X-RAY STAND, specifically the PELTEC X-STAND MOBILE X-RAY TUBE STAND (MFR: PELTEC SERVICES, INC., P/N LPX X-STAND). The stand must feature a customized cradle for a Comet MXR-451/26 X-ray tube and operate on a 110-volt electric system with a 15-foot cord. Key specifications include:
- Dimensions: Base not exceeding 32 inches (W) by 64 inches (L).
- Height Adjustment: Range from 20 inches (min) to 104 inches (max).
- Tube Movement: 180-degree rotation and support for vertical or horizontal beam directions.
- Boom Arm: 42-inch boom with 24-inch in-and-out travel.
- Mobility: Four caster wheels with a locking base.
- Control: Remote pendant for tube manipulation.
- Identification: Item Unique Identification (IUID) is required for CLIN 0001.
Contract & Timeline
- Contract Type: Firm Fixed-Price supply contract.
- Set-Aside: 100% Total Small Business.
- Procedures: Commercial and simplified acquisition (FAR Parts 12 and 13.5).
- Delivery: FOB Destination to Puget Sound Naval Shipyard, Bremerton, WA, on or before February 23, 2026.
- Solicitation Number: SPMYM226Q0045.
- Offer Due Date: April 21, 2026, at 10:00 AM.
- Published Date: April 20, 2026.
Submission Requirements
Offerors must submit a fully completed and signed solicitation package, including:
- Company and facility CAGE codes, and business size.
- Confirmation of whether the item is Commercial or COTS.
- Lead time/delivery date and complete pricing for each CLIN (FOB Destination).
- Manufacturer's name, CAGE code, country of origin, and part number for each CLIN.
- Mandatory: Manufacturer's specification sheets (PDF format, not copied/pasted) and a redacted quote/email from the manufacturer/distributor.
- Complete all representations and certifications.
- Current SAM.gov registration is required.
- If not the manufacturer, provide traceability (e.g., authorized dealer letter).
Evaluation & Compliance
Award will be based on Technical, Price, and Performance factors. Contractors must comply with various FAR and DFARS clauses. If the item is not Commercial Off The Shelf (COTS), the awardee must have a current NIST SP 800-171 assessment (not more than 3 years old). COTS items are exempt if identified and information is provided to the Contracting Officer during the bid.
Contact Information
All questions and submissions must be sent via email to Vera Anderson at vera.anderson@dla.mil.