Opportunity
SAM #W911N226QA025
Emergency Repair Services for INDUSTRIAC S9X3000 X-Ray Machine at Letterkenny Munitions Center
Buyer
Letterkenny Army Depot
Posted
May 13, 2026
Respond By
May 15, 2026
Identifier
W911N226QA025
NAICS
811219, 811310, 811210
The U.S. Army is seeking emergency repair services for an INDUSTRIAC S9X3000 X-Ray Machine at Letterkenny Munitions Center (LEMC) in Chambersburg, Pennsylvania. - Government Buyer: - Department of Defense, Department of the Army, Army Contracting Command (ACC) RSA, W6QK LAD Contracting Office - Letterkenny Munitions Center (LEMC) - OEMs and Vendors: - INDUSTRIAC (manufacturer of S9X3000 X-Ray Machine) - High Energy X-Rays International Corp. (Hexi Corp) – sole source service provider - Products/Services Requested: - Emergency on-site repair and technical support for INDUSTRIAC S9X3000 X-Ray Machine - Part number: INDUSTRIAC S9X3000 - Includes service call, troubleshooting, diagnostics, and restoration to full operational condition - Service call required within 5 days of contract award - Submission of repair documentation within 24 hours of service - Over & Above services as authorized by the Contracting Officer - Unique/Notable Requirements: - Sole source to High Energy X-Rays International Corp. (Hexi Corp) - All personnel, tools, and materials must be provided by the contractor - Emphasis on quality control, security, and government oversight - Work performed on-site at LEMC, specifically in Building 5250 or Building 3315 - Machine is out of warranty and currently non-operational
Description
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.