NDT Modernization
ID: W519TC25R2013Type: Solicitation
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 for the modernization of Non-Destructive Testing (NDT) equipment at the Rock Island Arsenal. This procurement aims to enhance the Army's capabilities by replacing existing linear accelerators and X-ray tubes, with options for additional computed radiography technology and modular vaults, contingent upon funding availability. The modernization is critical for improving inspection technologies and operational readiness within defense manufacturing. Proposals are due electronically by 10:00 AM CT on February 21, 2025, and interested vendors should contact Contract Specialist Brandy Huesmann at brandy.m.huesmann.civ@army.mil or Contracting Officer Ashley Moore at ashley.m.moore85.civ@army.mil for further details.

    Files
    Title
    Posted
    The Rock Island Arsenal's NDT Modernization project aims to enhance non-destructive testing capabilities by procuring and installing advanced equipment. The requirements include two linear accelerators, x-ray tube systems, and safety interlocks, all compliant with national safety and electrical standards. The project encompasses detailed specifications for equipment design, installation, and safety measures, emphasizing the need for thorough contractor oversight during implementation. The purchase description breaks down into distinct sections detailing the system's general description, applicable standards, design ownership, specific equipment requirements for both large and small vaults, computed radiography technology options, and modular vault construction. Each equipment specification includes maximum power, operational environment, safety features, and compliance with health regulations. Responsibilities for utilities and safety training for personnel are also outlined to ensure operational readiness. Overall, this modernization effort reflects the government’s commitment to enhancing inspection technologies while adhering to strict safety and operational protocols, ensuring both the efficacy and the safety of the non-destructive testing processes at Rock Island Arsenal.
    The government solicitation W519TC25R2013 centers around acquiring various linear accelerator (Linac) systems and associated components for radiographic applications. The document details specific inquiries from potential bidders related to specifications for both large and small vault Linac systems, computed radiography options, and X-ray cabinet configurations. Key requirements include power specifications, movement capacities within the vaults, and necessary components such as detectors and manipulators. Progress payments for this significant project will be negotiated according to milestones after award, ensuring the government pays for delivered and installed equipment. Technical specifications and performance requirements are emphasized throughout, particularly regarding shielding, tube installations, and compliance with relevant standards. Additionally, bidders are encouraged to provide solutions that exceed basic requirements, supporting the aim of maximizing functional versatility within the vault spaces. The solicitation further discusses logistical considerations such as dimensional constraints, installation specifics, and operational hours for onsite personnel. This comprehensive approach reflects the government's intent to modernize radiographic capabilities while adhering to safety and regulatory standards.
    The document is a solicitation issued by the Army Contracting Command for the procurement of Non-Destructive Testing (NDT) modernization equipment at the Rock Island Arsenal. It includes solicitation W519TC25R2013, specifying a modified due date for proposals to 14 February 2025 and outlining requirements for vendors. The contract is structured as a firm fixed price agreement and is primarily aimed at improving NDT capabilities. Key details include submission instructions for proposals, emphasizing adherence to federal regulations and compliance with technical requirements. The evaluation for proposals will follow a Lowest Price Technically Acceptable (LPTA) approach, with proposals assessed on technical and price factors. Vendors must exhibit past experience in supplying similar equipment and provide various compliance documents. The submission must be made electronically and in a specific format to meet government standards. Important considerations include delivery timelines and a binding nature of pricing. The solicitation also incorporates numerous clauses relevant to federal contracting, underscoring the importance of compliance and communication with government representatives. This solicitation reflects the government's focus on enhancing defense manufacturing and technology infrastructure while remaining compliant with federal acquisition regulations.
    The document details the solicitation W519TC25R2013 issued by the Army Contracting Command - Rock Island for Non-Destructive Testing (NDT) Modernization. The solicitation's purpose is to procure replacement of linear accelerators and X-ray tubes, along with additional options for computed radiography technology and modular vaults, subject to funding availability. Key dates include proposal submission deadlines, with amendments extending the solicitation closing dates to February 21, 2025. A Lowest Price Technically Acceptable (LPTA) evaluation process will be used to award a single Firm Fixed Price (FFP) contract based on proposals deemed technically acceptable. Offerors must provide complete proposals in specific formats, including compliance statements, equipment identification, and warranty information. Timely delivery and adherence to contractual terms are emphasized, highlighting consequences for noncompliance. The document also outlines evaluation criteria related to experience and technical qualifications, as well as the requirement that offers must be valid for one year post-submission. It stipulates communication protocols with government representatives, reiterates the significance of providing accurate information, and specifies the terms for invoicing and payment submission via the Wide Area Workflow system.
    The U.S. Army Contracting Command – Rock Island seeks approval for a sole-source contract to acquire a VMI SMART 5100MS Scanner system for its Non-Destructive Testing (NDT) lab modernization. This firm-fixed-price purchase fulfills specific agency requirements cited under 10 U.S.C. 3204(a)(1), which allows for restricted competition when only one responsible source can meet the need. The current system’s compatibility with existing equipment and personnel familiarity necessitate this brand name procurement, minimizing training costs and procedural updates. Efforts to promote competition will include notices on procurement platforms and encouraging competitive subcontracting. Recent market research indicated VMI as the sole potential provider, echoing past procurement history with them. The initiative aims to streamline operations and improve readiness for Department of Defense tasks without incurring excessive costs. Ultimately, this procurement decision underscores a strategic move to enhance operational effectiveness while adhering to regulatory frameworks.
    The document outlines a series of questions and responses related to the Request for Quotation (RFQ) number W519TC25R2013, concerning equipment for large and small vault linear accelerators (Linacs) and associated x-ray systems. Key inquiries address specifications such as the movement capabilities of the Linacs, required power levels, current system compatibility, and additional equipment needs including detectors and manipulators. The government's answers clarify specifications from the project's requirements document (RIPD), confirming the need for full x-ray systems rather than components alone and outlining expectations for progress payments post-award. The government indicates a willingness to accept multiple bids as long as systems can work compatibly. This document serves to gather necessary clarifications to aid in the procurement process for advanced x-ray and linear accelerator technologies, ensuring compliance with federal contracting standards.
    The solicitation W519TC25R2013 from the Army Contracting Command – Rock Island aims to procure Non-Destructive Testing (NDT) Modernization at the Rock Island Arsenal. The contract will be firm-fixed-price and dependent on available funding, with proposals due by 10:00 AM on January 31, 2025. Key elements include the replacement of linear accelerators and X-ray tubes, as well as optional expansions for computed radiography technology and digital radiography panels. Proposals must demonstrate contractor experience, technical capability, and present competitive pricing under the Lowest Price Technically Acceptable process. Compliance statements and detailed equipment specifications are required. Evaluations will focus on whether proposals meet technical standards and pricing efficiency. Timely delivery is critical, with penalties possible for non-compliance. The government retains the right to exercise options during the contract's 12-month performance timeframe, ensuring adequate oversight of contractor performance, especially regarding the quality of goods delivered. This solicitation underscores the importance of meeting stringent technical requirements in federal contracting.
    The document outlines a solicitation (W519TC25R2013) issued by the Army Contracting Command for the procurement of Non-Destructive Testing (NDT) modernization services at the Rock Island Arsenal. Proposals are to be submitted electronically with the final submission deadline set for 31 January 2025, with earlier amendments adjusting the deadline and allowing for vendor inquiries. The solicitation follows federal regulations and is targeted towards small businesses, including those owned by veterans and women. Key requirements include providing detailed proposals that demonstrate technical experience and compliance with the stated specifications. Proposals will be evaluated based on technical acceptability and pricing, utilizing a Lowest Price Technically Acceptable (LPTA) approach. Offerors must include a compliance statement, detailed technical descriptions of equipment, and necessary warranties. Additionally, options for modular vaults and additional NDT technologies are mentioned, subject to fund availability. The document also highlights the importance of timely deliveries, specifies shipping terms, and outlines clauses regarding payment and contract modifications, ensuring adherence to federal guidelines. Overall, the solicitation reflects a structured approach to government procurement, emphasizing transparency, compliance, and the assessment of vendor capabilities.
    Lifecycle
    Title
    Type
    NDT Modernization
    Currently viewing
    Solicitation
    Similar Opportunities
    NFPC Lab testing IDIQ 3 years
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking proposals for a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for non-destructive testing (NDT) services. The contract will cover a variety of lab testing services, including chemical analysis, microstructure analysis, and fluorescent penetrant inspection, among others, with a maximum order value of $520,265.29. This procurement is crucial for ensuring the integrity and safety of ship and marine equipment, which is vital for national defense operations. Interested vendors must submit their quotes by December 17, 2025, at 3:00 PM local time, via email to Jessica Kelley at jessica.m.kelley23.civ@us.navy.mil, and must be registered in the System for Award Management (SAM).
    Gymnasticator Modernization
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command – Rock Island, is seeking proposals for the modernization of control systems for two MG3000 Mechanical Gymnasticators at the Rock Island Arsenal-Joint Manufacturing & Technology Center (RIA-JMTC). The project aims to enhance the gymnasticators' capabilities to deliver real-time test data, positional results, and pass/fail outcomes for various weapons systems, including the M1A1 and M119A3, among others. This upgrade is critical for maintaining the operational efficiency and reliability of military equipment, ensuring compliance with stringent safety and environmental standards. The total contract value is estimated at $25,500,000, with a performance period of 365 days post-award. Interested contractors should direct inquiries to Christine Szalo at christine.a.szalo.civ@army.mil or Daniel Sinnott at Daniel.s.Sinnott.civ@army.mil.
    Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
    Dept Of Defense
    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.
    Handheld X-Ray Fluorescence for ERDC GSL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army's Engineer Research and Development Center (ERDC), is seeking quotes for a Handheld X-Ray Fluorescence (XRF) device designed for detecting elemental concentrations in soils and sediment deposits. The procurement requires a lightweight and compact device with specific technical specifications, including a Gold anode, a Silicon Drift Detector, and capabilities for data analysis and report generation. This equipment is crucial for environmental assessments and material analysis, ensuring accurate and efficient data collection in the field. Interested vendors must submit their offers by December 3, 2025, to the designated contacts, Angela Stokes and David Ammermann, with delivery expected by March 16, 2026, to Vicksburg, Mississippi.
    Spotting Instrument
    Dept Of Defense
    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 Firm Fixed Price contract, which is set aside exclusively for small businesses. The procurement 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. This equipment is critical for military operations, emphasizing the importance of precision in optical instruments. Interested contractors must acknowledge receipt of amendments and submit their proposals by January 9, 2026, to the Contract Specialist, Richard Hall, at richard.g.hall64.civ@army.mil, ensuring compliance with export control regulations and access to the Technical Data Package (TDP) via SAM.gov.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    Advanced Event-Mode Neutron Imaging System with a Large Area Detector.
    Energy, Department Of
    The Department of Energy, through Oak Ridge National Laboratory (ORNL), is soliciting proposals for an Advanced Event-Mode Neutron Imaging System with a Large Area Detector under RFP No. PR422299. This procurement aims to acquire a sophisticated imaging system that includes specific technical requirements such as a four Timepix-3 chip pixel matrix, low power consumption, and high-speed data transfer capabilities, essential for neutron imaging applications. The awarded contract will be based on the Lowest Price Technically Acceptable (LPTA) criteria, emphasizing the importance of meeting all outlined specifications without exception. Interested vendors must submit their proposals by December 18, 2025, with inquiries directed to Bill Mitchum at mitchumwc@ornl.gov or by phone at 865-341-2745.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    Narda
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals from qualified small businesses for the procurement of various electronic measurement and field detection equipment under solicitation N0017826Q6653. The requirement includes items such as digital broadband probe repeaters, tripods, AC/DC adapters, FieldMan Basic Sets, and E-Field Probes, which are essential for measuring and testing electrical signals. These specialized instruments are critical for ensuring accurate measurements in defense applications, and vendors must be authorized resellers of the specified brand-name items. Proposals are due by December 24, 2025, at 12:00 p.m. EST, and interested parties should direct inquiries to Heather Wiley at heather.wiley@navy.mil or call 540-742-8742.
    Dual High Resistance Bridge System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Services, is seeking quotes for the procurement of a Dual High Resistance Bridge System or an equivalent unit due to the obsolescence and aging of existing test equipment. This procurement aims to ensure accuracy and stability in resistance measurements, which are critical for the Army's operational capabilities. The required system includes components such as high resistance coaxial matrix scanners, programmable voltage sources, temperature-stabilized high resistance standards, air baths, and an equipment rack. Interested vendors must submit their quotes by January 15, 2026, at 3:30 PM CDT, and can direct inquiries to Ben Hymas or Shalanda McMurry via email.