ContractPresolicitationTotal Small Business Set-Aside (FAR 19.5)

NDT Modernization

DEPT OF DEFENSE W519TC25R2004
Response Deadline
Dec 20, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Presolicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Army Contracting Command-Rock Island, is seeking proposals from qualified small businesses for the modernization of Non-Destructive Testing (NDT) systems at the Rock Island Arsenal. The procurement aims to enhance the capabilities of the NDT lab through the installation of new linear accelerators and X-ray tubes, while ensuring compliance with national safety standards such as OSHA, ASTM, and ANSI. This modernization is critical for maintaining operational efficiency and readiness within the Joint Manufacturing and Technology Center (RIA_JMTC). Interested vendors must submit their bids by December 20, 2024, and can direct inquiries to Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Ashley Moore at ashley.m.moore85.civ@army.mil.

Classification Codes

NAICS Code
334517
Irradiation Apparatus Manufacturing
PSC Code
6635
PHYSICAL PROPERTIES TESTING AND INSPECTION

Solicitation Documents

3 Files
A02 FAR Parts 6 And 13.5 J And A_NDT Modernization redacted.pdf
PDF237 KBDec 3, 2024
AI Summary
The U.S. Army Contracting Command-Rock Island seeks justification for a sole-source contract to procure the VMI SMART 5100MS Scanner system for the Rock Island Arsenal's Non-Destructive Testing (NDT) lab. The purpose is to modernize equipment, with the expectation to utilize Capital Investment Program (CIP) funds. Due to a lack of viable alternatives, this action does not warrant full and open competition under FAR regulations. The system's compatibility with existing inventory and familiarity among current staff support the need for this specific brand, minimizing additional training costs and operational disruptions. The document outlines the authority granted under 10 U.S.C. 3204(a)(1) and details that competitive sourcing may not be practical. While market research indicated that Virtual Media Integration (VMI) is the only capable supplier at this time, future procurement actions will consider competitive options. Ultimately, the acquisition aims to enhance efficiency and readiness within the RIA-JMTC.
A02 RIPD E4000-25-1-08 - NDT Modernization Rev2.docx
Word211 KBDec 3, 2024
AI Summary
The Rock Island Arsenal's Request for Proposal (RFP) outlines a modernization project for non-destructive testing (NDT) systems involving the installation of new linear accelerators and X-ray tubes. The RFP emphasizes compliance with national standards including OSHA, ASTM, and ANSI. The project specifies requirements for six Contract Line Item Numbers (CLINs), detailing equipment for large and small vaults alongside options for computed radiography technology, modular vault construction, X-ray cabinets, and digital radiography panels. Key elements include the provision of two linear accelerators with defined operational specifications, safety mechanisms, and necessary infrastructural changes such as wall plating for radiation protection. The contractor is responsible for project execution, ensuring equipment is new, compliant with safety standards, and installed efficiently with all necessary utility connections. The RFP highlights rigorous security protocols established by the Department of Defense for contractor access and mandates training for personnel in the operation and maintenance of the systems. Overall, this document reflects the government's commitment to upgrading technical capabilities at the Rock Island Arsenal while adhering to safety, security, and efficiency standards.
W519TC25R2004.pdf
PDF819 KBDec 3, 2024
AI Summary
The document outlines the solicitation W519TC25R2004 issued by the Army Contracting Command – Rock Island for the procurement of Non-Destructive Testing (NDT) Modernization at the Rock Island Arsenal. Set for closing on December 20, 2024, the RFP is specifically reserved for small businesses, with one Firm Fixed Price (FFP) purchase order to be awarded. Vendors must submit compliant bids detailing their equipment offerings, including experience, references, and technical qualifications. Notably, bidders need to provide a minimum one-year warranty and ensure that equipment meets safety standards and compliance codes. Key deliverables include replacing x-ray tubes and linear accelerators, compliant installation, and training equipment operators. Options include the potential acquisition of additional computed radiography systems and a modular vault. The proposal mandates specific identification procedures for contractors visiting the installation, underlining that communication should begin at lower organizational levels. The document serves as a comprehensive guide for bidders, detailing requirements, instructions on how to submit offers, and necessary compliance regulations, emphasizing the federal need for meticulous evaluation and adherence to regulations inherent in governmental procurement processes.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedNov 14, 2024
amendedLatest Amendment· Description UpdatedDec 3, 2024
deadlineResponse DeadlineDec 20, 2025
expiryArchive DateJan 4, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QK ACC-RI

Point of Contact

Name
Brandy Huesmann

Place of Performance

Rock Island, Illinois, UNITED STATES

Official Sources