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
  1. 1
    Posted Nov 14, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 3, 2024, 12:00 AM UTC
  3. 3
    Due Dec 20, 2025, 4:00 PM UTC
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.
Dec 3, 2024, 7:01 PM UTC
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.
Dec 3, 2024, 7:01 PM UTC
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
DLA Aviation Computed Tomography System
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for a turn-key, state-of-the-art 7-axis digital radiography computed tomography system under solicitation number SP4703-25-R-0007. The system must meet specific technical requirements, including the ability to scan objects up to 60 inches in diameter and length, and must incorporate advanced imaging capabilities, such as a microfocus x-ray tube and automated control systems. This procurement is crucial for enhancing the DLA's metrology lab, thereby improving quality assurance and safety measures within military logistics. Proposals are due by May 16, 2025, at 2:00 PM EST, and interested contractors must be registered in the System for Award Management (SAM) prior to submission; inquiries should be directed to Allison Douglewicz at allison.douglewicz@dla.mil.
Radiographic Test System
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking to acquire a new Radiographic X-ray Test System for the Electronic Product Test Center in Columbus, Ohio, to replace its aging Cheetah X-Ray system. The new system is required to enhance operational efficiency in non-destructive testing of semiconductors and microcircuits, featuring specifications such as a 160kV maximum electron tube, automated x-ray calibration, and adjustable field of view, along with installation and training for personnel. This procurement is critical for modernizing essential testing equipment within government agencies, with delivery expected within 120 days of contract award. Interested contractors should contact Blair Hartley at Blair.Hartley@dla.mil or call 614-692-6274 for further details.
Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
Buyer not available
The Department of Defense, through the Army Contracting Command – Red River Army Depot (ACC-RRAD), is seeking innovative solutions for the modernization of its Organic Industrial Base (OIB) via a Commercial Solutions Opening (CSO). The primary objectives include the design, manufacture, and installation of advanced testing systems such as a Road Wheel Drum Tester and DC Tooling solutions, aimed at enhancing military vehicle maintenance and operational efficiency. These initiatives are critical for improving quality assurance, safety, and cost-effectiveness in military operations, reflecting the Army's commitment to leveraging advanced manufacturing technologies. Interested vendors must submit proposals by specified deadlines, with the Road Wheel Drum Tester due by November 7, 2024, and DC Tooling solutions by April 30, 2025. For inquiries, contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil.
ROLL BENDER
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of a Roll Bender system, as outlined in solicitation W519TC25Q2267. This acquisition aims to replace aging equipment used for bending metal into arcs, with specific requirements for design, safety standards, and installation protocols, ensuring compliance with military regulations and environmental laws. The selected contractor will be responsible for delivering the equipment, providing operational training for staff, and maintaining service response capabilities, with proposals due by April 30, 2025, at 10 AM Central Time. Interested vendors should submit their quotes via email to the designated Contract Specialist, Lynn Baker, at lynn.d.baker8.civ@army.mil, adhering to the evaluation criteria based on technical acceptability and pricing.
W519TC-25-Q-2246 Ultrasonic Cleaning System
Buyer not available
The Department of Defense, through the Army Contracting Command—Rock Island, is soliciting proposals for an Ultrasonic Cleaning System intended for use at the Rock Island Arsenal in Illinois. The procurement aims to acquire a comprehensive system featuring three interconnected tanks—detergent ultrasonic clean, rinse, and final rinse—along with necessary auxiliary equipment, ensuring compliance with stringent safety and operational standards. This initiative is crucial for enhancing the operational capabilities of the facility while adhering to local, state, and federal regulations, including OSHA and NFPA guidelines. Proposals are due by May 28, 2025, at 10:00 AM, and interested parties should contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL for further details.
Xray System
Buyer not available
The Department of Defense, through the Naval Medical Research Center, is soliciting quotes for the procurement of a HI-SCAN 6040C X-Ray Inspection System, with a firm fixed-price contract to be awarded based on the lowest price technically acceptable. The contract requires the contractor to provide all necessary engineering, labor, materials, and equipment for the installation of the new X-ray machine, which must meet specific technical specifications, including a 160kV generator and advanced imaging functions, while also ensuring compliance with local, state, and federal regulations. This procurement is critical for maintaining operational efficiency and safety standards within the facility, emphasizing the importance of timely installation and ongoing maintenance, including a five-year warranty and annual checks. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Deborah Sharpe or Steph Gray via their provided email addresses, with the solicitation effective from April 25, 2025, and delivery required by May 2, 2025.
Arm Assembly - Lift B
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals for the procurement of an Arm Assembly - Lift B, under solicitation number W519TC25Q2234. This opportunity is a total small business set-aside, requiring vendors to provide a firm fixed price quote that meets the specifications outlined in the request for quotation (RFQ), with the lowest priced, responsive, and responsible vendor expected to be awarded the contract. The Arm Assembly is crucial for military operations, and the selected contractor must ensure timely delivery to the Rock Island Arsenal in Illinois, adhering to strict submission guidelines and safety regulations. Quotes are due by 6 PM CST on April 30, 2025, and interested parties should direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
Cradle Liner
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Rock Island, is soliciting bids for the procurement of a Cradle Liner, a critical component in military applications. The contract will be awarded as a firm-fixed price to the lowest priced, responsive, and responsible vendor, with an emphasis on timely delivery and compliance with detailed shipping and inspection requirements. This solicitation reflects the government's commitment to transparency and support for small businesses, with strict adherence to federal regulations and safety protocols at the Rock Island Arsenal. Interested vendors must submit their quotes by 6 PM CST on May 1, 2025, and can direct inquiries to Andrew Owens at andrew.m.owens16.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
M109 Gun Mount, HY-80 Ingots
Buyer not available
The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting bids for the procurement of M109 Gun Mounts and HY-80 Ingots to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The solicitation, identified as W519TC25Q2243, requires the delivery of a total of 4,500 units, with updated delivery schedules specifying 1,000 units due in June 2025 and 3,500 units in July 2025. This procurement is crucial for maintaining military readiness and operational capabilities, as these components are integral to the functionality of military equipment. Interested vendors must ensure their quotes include shipping to Rock Island Arsenal, IL 61299, and acknowledge receipt of the solicitation amendment by the specified deadline to avoid rejection of their offers. For further inquiries, potential bidders can contact Christine Baker at christine.c.baker6.civ@army.mil or Kylah Rasche at kylah.a.rasche.civ@army.mil.
NG SEW Hardware Components - Amendment
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the procurement of hardware components essential for the Next Generation Shop Equipment Welding (NG SEW) system at the Joint Manufacturing Technology Center located in Rock Island, Illinois. The contract, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) arrangement, requires contractors to supply a detailed list of commercial hardware components, implement quality control measures, and ensure compliance with stringent safety and performance standards. This procurement is critical for enhancing the Army's welding and cutting capabilities, ensuring operational readiness and safety in military applications. Interested small businesses must submit their proposals electronically by April 29, 2025, and can direct inquiries to Heather Petersen at heather.j.petersen.civ@army.mil.