Loading...
W911N226QA025
Response Deadline
May 15, 2026, 4:00 PM(EDT)2 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with RFO FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number W911N226QA045 is issued as a request for quotation (RFQ) for a one-time Emergency Repair of an Industriac S9X3000 at Letterkenny Munitions Center.
This acquisition is not set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.
The Product Service Code (PSC) assigned to this acquisition is J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS. The North American Industry Classification System (NAICS) code for this acquisition is 811210 - Electronic and Precision Equipment Repair and Maintenance.
This requirement is sole source to High Energy X-Rays International Corp. (aka Hexi Corp) - CAGE 7HWQ4, UEI R6JWWKJNQ6T5.
This procurement will utilize the solicitation procedures at RFO FAR 12.201-1(c)(1). This announcement combines the presolicitation notice and the RFQ according to RFO FAR 12.202(b). The anticipated award date of this requirement is 22 May 2026.
CLIN Description Quantity Unit Price
0001 Service Call 1
Perform a service call in accordance with the Performance work Statement.
Unit of Measure: LOT
0002 Over & Above 1
Perform Over and Above services in accordance with the procedures outlined in the Performance Work Statement.
Unit of Measure: LOT
*Do Not Price*
TOTAL CONTRACT VALUE $
See attached Performance Work Statement.
Delivery & Acceptance Location:
LETTERKENNY MUNITIONS CENTER
MONICA R DEAN
BLDG 3315
1 OVERCASH AVE CHAMBERSBURG PA 17201-4150
717-267-9577
DoDAAC: W25G1R
Lead Time: Period of Performance of one month
F.O.B. Point: Destination
Solicitation Provisions:
52.204-7 System for Award Management—Registration
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services
52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Certification
52.240-90 Security Prohibitions and Exclusions Representations and Certifications
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements
252.204-7024 Notice on the Use of the Supplier Performance Risk System
252.209-7021 Prohibition Relating to Conflicts of Interest in Consulting Services—Certification
252.215-7992 Only One Offer
252.215-7994 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data
252.215-7996 Notification to Offerors—Postaward Debriefings
252.219-7000 Advancing Small Business Growth
252.225-7000 Buy American—Balance of Payments Program Certificate
252.225-7020 Trade Agreements Certificate
252.225-7031 Secondary Arab Boycott of Israel
252.225-7035 Buy American—Free Trade Agreements—Balance of Payments Program Certificate
252.225-7055 Representation Regarding Business Operations with the Maduro Regime
252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region— Representation
Contract Clauses:
52.203-3 Gratuities
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-13 System for Award Management—Maintenance
52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-4 Terms and Conditions—Commercial Products and Commercial Services
52.222-3 Convict Labor
52.222-19 Child Labor—Cooperation with Authorities and Remedies
52.222-35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-50 Combating Trafficking in Persons
52.222-51 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements
52.222-90 Addressing DEI Discrimination by Federal Contractors (APR 2026) (DEVIATION APR 2026)
52.223-23 Sustainable Products and Services
52.224-3 Privacy Training
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.240-91 Security Prohibitions and Exclusions
52.240-93 Basic Safeguarding of Covered Contractor Information Systems
52.244-6 Subcontracts for Commercial Products and Commercial Services
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. (DEVIATION 2024-O0013 REVISION 1)
252.204-7021 Cybersecurity Maturity Model Certification Requirements
252.204-7022 Expediting Contract Closeout
252.204-7023 Reporting Requirements for Contracted Services
252.205-7000 Provision of Information to Cooperative Agreement Holders
252.211-7003 Item Unique Identification and Valuation
252.211-7008 Use of Government-Assigned Serial Numbers
252.216-7010 Postaward Debriefings for Task Orders and Delivery Orders
252.219-7996 Small Business Subcontracting Plan (DoD Contracts)
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program
252.225-7012 Preference for Certain Domestic Commodities
252.225-7021 Trade Agreements
252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program
252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten
252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime
252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
252.227-7990 Technical Data–Commercial Products and Commercial Services
252.227-7997 Validation of Restrictive Markings on Technical Data
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7006 Wide Area WorkFlow Payment Instructions
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.237-7998 Training for Contractor Personnel Interacting with Detainees
252.240-7997 NIST SP 800-171 DoD Assessment Requirements
252.243-7002 Requests for Equitable Adjustment
252.244-7999 Subcontracts for Commercial Products and Commercial Services
252.247-7023 Transportation of Supplies by Sea
252.247-7028 Application for U.S. Government Shipping Documentation/Instructions
Receipt of quote shall be provided no later than 15 May 2026 at 1300 Eastern Time via email to the Contract Specialist at Bobie Burkett at bobie.j.burkett.civ@army.mil and Contracting Officer Thomas Hall at Thomas.c.hall111.civ@army.mil. All responsible sources may submit a quotation, as appropriate, which will be considered by the agency.
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC RSA
W6QK LAD CONTR OFF
W6QK LAD CONTR OFF
1 OVERCASH AVE KO
BLDG 10
CHAMBERSBURG, PA, 17201-4150
NAICS
Electronic and Precision Equipment Repair and Maintenance
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
Set-Aside
No Set aside used