The U.S. Army Contracting Command-Redstone Services & IT Solution Branch, has a requirement to procure to procure one (1) Linear Positioning System (LPS) which used to calibrate Army RADIAC instrumentation and Electronic Personal Dosimeters used by first responders, soldiers, Non-destructive Inspection programs, and in Army hospitals and medical activities worldwide This equipment shall be delivered to Enterprise Support Division (ESD) at Redstone Arsenal, AL. This solicitation, PANRSA-25-P-0000-014784, is issued as a Request for Quote (RFQ).
CONTRACT TYPE: Firm-Fixed-Price (FFP)
SET-ASIDE: Small Business Set Aside
RFQ INSTRUCTIONS AND EVALUATION CRITERIA:
In accordance with the PRODUCT DESCRIPTION below, a submission of a FFP quote for the item(s) listed in is hereby requested. The U.S. Government (USG) reserves the right to make award based on initial quotes received, without discussions with vendors; therefore, the initial quote should contain the vendor's best terms.
=================================================
PRODUCT DESCRIPTION:
The Linear Positioning System (LPS) shall include the following specifications or equivalent (if not brand name):
Dual Monitor Control Console. A dual monitor control console shall be provided to allow for LPS and JLS 81 calibrator control. The dual monitor control console shall meet current industry standards for a computer system to include the current version of Windows. Control console shall be capable of at least 500 GB of Solid-State Drive (SSD) or equivalent storage and 16 GB of Random Access Memory (RAM).
Linear positioning system with movable exposure table. A remote-positioning exposure table shall be provided to securely translate and position—without deflection—RADIAC instrumentation and dosimeters with 3-axis (X, Y, Z) control, compatible with geometrical constraints of the JLS 81 and the M3A1 calibrators located at either end of the existing track.
- The table shall be supported by an automatic Linear positioning system rail system. Furthermore, the rigidity of the gantry design shall be such that vibration and torsional motion during translation of instrumentation is negligible.
- The linear-motion system shall be designed to accommodate hard-stop homing for the most accurate and repeatable positioning.
- Table positioning in both axis (distance, height adjustment) shall be within +1 mm of selected position. Position indication will be provided in the software program on the control console.
- Dimensions of the linear positioning system shall be (X) 600 cm x (Y) 100 cm x (Z) 30 cm and no less than 438 cm on the (X) axis.
- Dimensions of the table surface shall be sized appropriately for the calibration range, e.g. typically 60 cm X 60 cm.
- Table positioning of the 3-axis shall be accomplished from the control console. An electrical outlet (110 VAC, 1 A) shall be provided for powering equipment on the table. RS-232, ethernet and USB connectors shall be provided for connection to instruments or controllers by the control console.
- The table shall be capable of holding a weight of up to 40 lbs.
- Adjustable camera monitoring of the table is required for visual monitoring of the instrumentation that will be located on the LPS table.
- Design of the LPS and controls shall allow for future upgrades.
Laser Alignment System. A LPS mount laser alignment system is required. The LPS mount laser shall have a crosshair projector tip and defines beam centerline.
Custom Automation of the JLS Model 81. Pneumatically operated sliding attenuators and a pneumatic cylinder for the JLS source rod are required to be controlled by the control console using a single software program that also integrates the LPS controls. Software shall be capable of importing dose rate calibration data for gamma radiation between 600 and 700 keVas well as show projected dose rate measurements based on LPS location.
Installation and training
The systems shall be installed and made fully operational to undergo performance verification and calibration onsite by the contractor prior to acceptance by the government. Calibration of the system shall be done for exposure rates across all operating modes from no attenuation at closest distance to full attenuation at farthest distance. Calibration range preparation and removal of the existing legacy linear positioning system shall be performed by the contractor. The contractor shall provide training to site personnel in the operation and maintenance of the systems. The contractor shall provide operation and maintenance manuals and technical data rights for complete maintenance and troubleshooting of the systems.
Warranty
=================================================
Delivery: U.S Army TMDE Activity, Attn: Jeston Thompson/ Cornell Fox, Unit 15376, Bldg. 684 APO, AP 96260-5376
=================================================
A complete quote shall consist of the following:
1. All items, including brand name items, as specified in the PRODUCT DESCRIPTION section as well as the quantities specified.
2. Delivery terms and conditions.
3. Unit price and subtotal price for each item listed in the PRODUCT DESCRIPTION section and a total price for all items.
4. Identification of any discounts and/or reductions to established rates or prices.
5. Full company name.
6. Identify business size
7. Identify Socio-economic status, if applicable.
8. Include Point of Contacts (POCs): name, position, office and mobile telephone numbers and email address.
9. Cage Code
10.Unique Entity Identifier (UEI)
11.GSA Schedule/Contract Number, if applicable
=================================================
The response date for this RFQ is September 3, 2025 @ 3:30pm CDT. Any quotes received after the required submission date and time will be rejected without further review. No phone calls will be accepted. Questions may be submitted, but any submitted after the said date and time listed on this RFQ posting are not guaranteed an answer. Quotes may be submitted via email to the following POCs: MAJ David M. Butz, Contract Specialist at david.m.butz2.mil@army.mil and Shalanda R. McMurry, Contracting Officer at shalanda.r.mcmurry.civ@army.mil.
=================================================
It is the vendor’s responsibility to read the RFQ and any/all related documents carefully and completely and to monitor for any amendments/updates to the RFQ on a regular basis. Additionally, it is the vendor’s responsibility to ensure/verify the Government receives its submission on or before the date/time specified.
=================================================
BASIS OF AWARD:
Award will be made on the basis of best value, evaluating price, technical capability and warranty. Technically capability means a quote which provides all required specifications detailed in the Product Description as well as demonstrating capability to fulfill the requirement.
The minimum technical requirements are as follows: All items quoted are as specified in the purchase description, including brand name items. Delivery shall be within 30 days after receipt of order or sooner.
=================================================
Adjectival Rating Description
Acceptable Quote meets the requirements of the RFQ/solicitation, including the minimum technical requirements. Unacceptable Quote does not meet the requirements of the solicitation, including the minimum technical requirements.
Unacceptable Quote does not meet the requirements of the RFQ/solicitation, including the minimum technical requirements.