NDT Modernization
ID: W519TC25R2004Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Irradiation Apparatus Manufacturing (334517)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    NDT Modernization
    Currently viewing
    Presolicitation
    Similar Opportunities
    McGill Parts
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of parts, including Cam Followers and Screw Cap Socket Heads, necessary for operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center. This solicitation, identified as W519TC25Q2148, requires compliance with Federal Acquisition Regulation (FAR) guidelines and emphasizes the importance of regulatory adherence, quality of supplies, and effective communication with military contract authorities. Proposals must be submitted by March 4, 2025, at 10:00 AM Central Time, and interested offerors should contact Brandy Huesmann or Ashley Moore for further details regarding the submission process and requirements.
    Upgrade Package for 828 CiM Machine
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command-Redstone, is seeking information from potential suppliers for an upgrade package for the 828 CiM PPC machines, which includes essential components such as machine controllers, cables, and software updates. This Request for Information (RFI) aims to gather market research to identify suppliers capable of fulfilling the requirements under NAICS Code 335999, which pertains to miscellaneous electrical equipment and component manufacturing. The upgrades are critical for maintaining the operational capabilities of equipment at Rock Island Arsenal in Illinois. Interested parties are invited to submit a white paper by March 3, 2025, detailing their company information, size classification, and socio-economic status, with submissions limited to three pages and sent via email to the designated contract specialists, Taylor Siskoff and Portia Sampson.
    Request for Information for Radiological Detection System (RDS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for the development of a Radiological Detection System (RDS) intended to replace existing radiological survey meters used by various military branches. The RFI aims to gather information on respondents' capabilities in developing, testing, and manufacturing an RDS that meets the specified performance criteria, with a focus on enhancing radiation detection capabilities across military services and allied nations. Interested parties must submit their responses by February 17, 2025, ensuring compliance with detailed submission criteria, including technical specifications and company information, as the anticipated contract type is a Firm Fixed Price under an Indefinite Delivery, Indefinite Quantity structure, with a projected requirement for up to 16,000 units over five years. For further inquiries, respondents can contact Nathaniel W. Sievers at nathaniel.w.sievers.civ@army.mil or Tyler N. Gates at tyler.n.gates2.civ@army.mil.
    Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The Army Contracting Command – Red River Army Depot (ACC-RRAD) is seeking proposals for the design, manufacture, and installation of a Road Wheel Drum Tester as part of its Organic Industrial Base (OIB) Modernization initiative under the Commercial Solutions Opening (CSO) W911RQ-24-S-C0001. This procurement aims to enhance the quality testing process for military vehicle road wheels, ensuring compliance with military specifications while improving safety and reducing operational costs. The desired tester must meet specific technical requirements, including a drum diameter of 67.23 inches, adjustable pressure settings, and the capability to test two road wheels simultaneously, integrated with advanced software for data processing. Interested parties must submit a solution brief by 5:00 P.M. CDT on 10 August 2024, and are advised to register with the System for Award Management. For further inquiries, contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil.
    BRAND NAME OR REQUAL AIM–USA LLC POWER TESTER
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is soliciting proposals from qualified small businesses to supply a specific power tester from AIM-USA LLC. This procurement is aimed at acquiring commercial products and services that meet military specifications, including unique identification and software requirements for military applications. The selected contractor will be responsible for ensuring compliance with various Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) requirements, particularly focusing on economically disadvantaged women's businesses and veteran-owned entities. Interested parties should note that the deadline for offers has been extended to February 13, 2025, at 04:00 PM Eastern Standard Time, and inquiries can be directed to Jaclyn Bailey at jaclyn.m.bailey5.civ@us.navy.mil.
    CRD Reflectometer
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of a Glacier-C Ultrafast Innovations precision cavity ringdown reflectometer, along with associated installation and training services. This advanced measurement technology is critical for accurately assessing reflectance and losses in optical systems, operating across specified wavelength ranges. Interested vendors must ensure compliance with the Trade Agreements Act (TAA) and submit their proposals by 12:00 PM EST on November 15, 2024, with an anticipated award date of December 3, 2024. For further inquiries, potential offerors can contact Susan Madison at susan.h.madison.civ@us.navy.mil or by phone at (540) 613-3296.
    58--MOD,HPOI RDU B1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of 85 units of the MOD,HPOI RDU B1, which involves electronic countermeasures and related equipment. This contract is critical for enhancing the capabilities of search, detection, navigation, and guidance systems, which are vital for national defense operations. Interested contractors must submit their proposals by 4:30 PM Eastern Time on January 13, 2025, and are encouraged to address any questions by one week prior to the submission deadline. For further inquiries, potential bidders can contact Daniel Shepley at 717-605-7043 or via email at DANIEL.SHEPLEY@NAVY.MIL.
    Corrosion resisting steel
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Rock Island, is seeking proposals for the procurement of corrosion-resisting stainless steel materials, including plates, sheets, and bars, under solicitation W519TC25Q2062. This procurement is critical for supporting the manufacturing operations at the Rock Island Arsenal, ensuring the availability of high-quality materials necessary for military applications. Interested vendors must be certified in the Joint Certification Program and adhere to strict delivery schedules, with proposals due by January 7, 2025, at 11:00 AM. For further inquiries, interested parties can contact John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL.
    M41 Protective Assessment Test System (PATS) Repair Parts
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking potential suppliers for the procurement of five hundred twenty (520) replenishment calibration and repair parts for the M41 Protective Assessment Test System (PATS). This Request for Information (RFI) aims to gather market research data to identify capable vendors, emphasizing the importance of efficient supply chain management in support of military operations. Interested vendors are invited to submit a white paper response by March 4, 2025, detailing their capabilities, with submissions limited to three pages and directed to Contract Specialist Taylor Siskoff at taylor.c.siskoff.civ@army.mil. This initiative is not a formal Request for Proposal (RFP) and does not obligate the government to any procurement.
    Keysight Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking vendors to provide multi-year Calibration and Repair Services (C&RS) for Keysight equipment. This procurement aims to establish a long-term contract for the calibration and repair of various Test Measurement and Diagnostic Equipment (TMDE) over a twelve-month period, ensuring compliance with original equipment manufacturer (OEM) standards and traceability to relevant measurement standards. The services are critical for maintaining the operational reliability and accuracy of military equipment, reflecting the Army's commitment to efficient service procurement in support of defense operations. Interested vendors must submit a white paper response by March 14, 2025, detailing their capabilities and business information to the primary contact, Taylor Siskoff, at taylor.c.siskoff.civ@army.mil, or the secondary contact, Portia Sampson, at portia.r.sampson.civ@army.mil.