NDT Modernization
ID: W519TC25R2004Type: Presolicitation
Overview

Buyer

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

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
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
    Hexagon Metrology Inspection Arm
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command – Rock Island, is soliciting quotes for the procurement of a Hexagon Metrology Inspection Arm to support operations at the Rock Island Arsenal, Joint Manufacturing and Technology Center (RIA-JMTC). The contract will involve the purchase of a Hexagon 83 series v3, 6-Axis Absolute inspection arm system, which is critical for precision measurement and quality assurance in manufacturing processes. This acquisition is intended to enhance the capabilities of the facility, ensuring compliance with federal and local regulations while maintaining high standards of safety and security. Quotes are due by December 9, 2025, at 10:00 AM Central time, and interested parties can contact Brandy Huesmann at brandy.m.huesmann.civ@army.mil or John Jacobsen at JOHN.E.JACOBSEN16.CIV@ARMY.MIL for further information.
    Gymnasticator Modernization
    Buyer not available
    The Department of Defense, through the U.S. Army Contracting Command - Rock Island, is seeking capable sources for the Gymnasticator Modernization project aimed at upgrading the control systems of two existing MG3000 Mechanical Gymnasticators at the Rock Island Arsenal-Joint Manufacturing & Technology Center (RIA-JMTC). The objective is to enhance these systems to provide real-time test data, positional results, and pass/fail outcomes for various weapon systems, including the M1A1, M178/M182, M119, M119A3, M109, and M35. This modernization is critical for maintaining operational efficiency and accuracy in military equipment testing. Interested parties are encouraged to submit a Capability Statement, including examples of past performance on similar projects, to primary contact Christine Szalo at christine.a.szalo.civ@army.mil or secondary contact Daniel Sinnott at Daniel.s.Sinnott.civ@army.mil by the specified deadline.
    Coordinate Measuring Machines
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of two Advanced Industrial Measurement Systems (AIMS) Metrology Coordinate Measuring Machines located at the Anniston Army Depot. This procurement falls under the category of Electronic and Precision Equipment Repair and Maintenance, highlighting the importance of precision measurement in military operations and equipment maintenance. The opportunity is set aside for small businesses, and interested parties can reach out to Johnny Stewart at johnny.stewart2.civ@army.mil or call 571-588-0971 for further details. The solicitation is part of a total small business set-aside under FAR 19.5, emphasizing the commitment to supporting small business participation in federal contracting.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Buyer not available
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking a contractor for the procurement and installation of a software upgrade for the TS-4575/FDM Gamma Irradiators, which are critical for enhancing the calibration efficiency of the Navy's IM-276A/PD Battlefield Dosimeters. The upgrades must be performed by Hopewell Designs, Inc., the original equipment manufacturer, due to proprietary software and exclusive rights, making this a sole source procurement under federal regulations. This initiative underscores the Navy's commitment to advancing its technological capabilities while ensuring operational efficiency, with quotes due by 11:00 AM on March 6, 2025. Interested parties can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or by phone at 757-513-7247 for further information.
    Various Gages
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island (ACC-RI), is soliciting offers for the procurement of various gages to support operations at the Rock Island Arsenal - Joint Manufacturing and Technology Center. This solicitation, originally set as a 100% Small Business set-aside, has been amended to remove that restriction, allowing unrestricted participation, and now requires offerors to have an approved DD Form 2345 to access controlled technical drawings. The government intends to award a firm-fixed-price contract to the lowest-priced, compliant offeror, with the closing date for submissions extended to December 8, 2025, at 10:00 a.m. Central Time. Interested parties can reach out to Lisa Digney at lisa.m.digney.civ@army.mil or Joe Rivard at lynn.j.rivard3.civ@army.mil for further information.
    Advanced Multiplexed Eddy Current Array
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    Spotting Instrument
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command Detroit Arsenal (ACC-DTA), is soliciting proposals for the procurement of 178 Spotting Instruments (NSN: 6650-01-549-5838, Part Number: 13016120) under a 100% Small Business Set-Aside contract. This Firm-Fixed Price contract includes an option for an additional 178 units and requires a First Article Test Report (FATR) within 270 days post-award, with delivery of the instruments expected within 420 days, or 150 days if the FATR is waived. The instruments are critical for military operations, necessitating compliance with specific packaging, marking instructions, and security training requirements, including OPSEC and CIAR training for contractor personnel. Interested parties must submit their proposals to Contract Specialist Richard Hall via email by the specified deadline and ensure they have the necessary JCP certification to access the Technical Data Package (TDP) available on SAM.gov.
    Assembly, Elevation Bar
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is seeking qualified vendors for the production of the "Assembly, Elevation Bar" (NSN 1260-01-591-9280, Part No. 13046624), which is a component of the M205 system. This opportunity is part of a potential two-year Firm-Fixed Price contract, with the government looking for both small and large businesses capable of fulfilling this requirement, including the provision of a technical data package (TDP) that is export-controlled. Interested parties are encouraged to respond to a voluntary survey detailing their manufacturing capabilities, lead times, and quality management systems, with submissions due by December 12, 2025, at 1:00 P.M. EST, directed to Richard Hall via email at Richard.G.Hall64.civ@army.mil. This notice serves for planning purposes only and does not constitute a request for proposals or a commitment to contract.
    CABLE ASSEMBLY, RADI
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command at Redstone Arsenal, is soliciting proposals for a firm-fixed-price contract to manufacture 10 units of "CABLE ASSEMBLY, RADI" (NSN: 5995-01-618-5033, Part Number: 13646605-4). This procurement has transitioned from a 100% small business set-aside to a full and open competition, requiring Production Lot Testing (PLT) for all units, with a completion period of 60 days; Contractor First Article Testing (FAT) is not required, although waivers may be considered. The goods are critical for communication equipment applications within military operations, and proposals must be submitted via email to Tamela D. Riggs-Holman by January 7, 2026, following the issuance of the solicitation on November 25, 2025.
    W519TC-26-Q-A032 Bent Tube Solicitation
    Buyer not available
    The Department of Defense, through the Army Contracting Command – Rock Island (ACC-RI), is soliciting bids for the procurement of 110 Tube Bent Metallic units for the Rock Island Arsenal – Joint Manufacturing and Technology Center (RIA-JMTC). This opportunity is a Firm Fixed Price (FFP) contract, which will be awarded to the lowest-priced, responsive, and responsible contractor, with key requirements including a First Article Test (FAT) to be completed within 90 days of award and subsequent deliveries expected 30 days after FAT acceptance. The goods are critical for military applications, emphasizing the importance of timely delivery and compliance with various FAR and DFARS clauses. Interested parties should submit their quotes, valid for 60 days, and can contact Sophia Muckenfuss at SOPHIA.L.MUCKENFUSS.CIV@ARMY.MIL for further details.