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
    NDT Modernization
    Buyer not available
    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 (RIAJMTC). 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.
    Small Caliber Research System
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command in Rock Island, Illinois, is seeking proposals for a Small Caliber Ballistic Research System under solicitation number W519TC25Q2129, which is set aside for small businesses. The contractor, Physics Applications, Inc., is required to deliver a system compatible with existing equipment at Rock Island Arsenal within 90 days of the order, adhering to strict delivery schedules and compliance with safety and identification protocols. This procurement is critical for maintaining operational capabilities at the Arsenal, emphasizing the importance of timely shipping and quality assurance standards. Interested parties must submit their proposals by March 19, 2025, at 6 PM CST, and can contact Andrew Owens or Ashley Moore for further information.
    Computed Radiography Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Computed Radiography Unit, which includes a CR reader and imaging plates, essential for military operational readiness. The equipment must feature advanced capabilities such as laser scanning technology and high-resolution data processing, along with necessary accessories for effective operation and mobility. This procurement is a total small business set-aside, with quotes due by March 18, 2025, and delivery expected within 30 days after award, contingent upon funding availability. Interested vendors can contact Paula Garcia at paula.garcia.1@us.af.mil or Thomas Hembree at thomas.hembree@us.af.mil for further details.
    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.
    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.
    Additional Capabilities for the XM157 Fire Control
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command - New Jersey, is seeking information on innovative technologies and software to enhance the XM157 Fire Control system, which is designed to improve soldiers' target engagement capabilities. The procurement aims to identify potential modules that can augment situational awareness and hit probability through functionalities such as multi-spectral imagery, threat recognition, and passive targeting. This initiative underscores the importance of advancing military technology to support soldiers in the field by integrating new capabilities into existing systems while adhering to legal and security requirements. Interested companies must submit relevant product information and documentation, including the DD Form 2345 Military Critical Technical Data Agreement, by 5:00 PM EST on March 14, 2025, and can contact Karlsun Allen at karlsun.allen.civ@army.mil for further inquiries.
    Dual Source High Resistance Bridge
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking market insights for the acquisition of a Dual Source High Resistance Bridge and related equipment due to obsolescence of existing systems. The procurement aims to enhance the Army's Test, Measurement, and Diagnostic Equipment capabilities, which are critical for maintaining accurate electrical testing standards. Interested vendors are required to submit a white paper detailing their company information, including business size and socio-economic status, by March 3, 2025, to the designated contacts, Taylor Siskoff and Portia Sampson, via email. It is important to note that this Request for Information does not guarantee future contracting opportunities, and all submitted information will become government property.
    Laptop/Tablet Based Point-of-Care Ultrasound System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the acquisition of two laptop or tablet-based Point-of-Care Ultrasound Systems. These systems will be utilized to conduct extended focused assessments with sonography for trauma, aimed at training and certifying Army Combat Medic Specialists during their Advanced Leadership Course. The procurement is classified under NAICS code 334510 and is open for full competition, with proposals due by 5:00 PM EDT on March 18, 2025, via email. Interested vendors must be registered with the System for Award Management (SAM) and ensure compliance with federal regulations, with delivery of the equipment required by May 1, 2025. For further inquiries, contact Frank Whorton at frank.a.whorton.civ@health.mil or Rebecca Ruff at rebecca-lynn.m.ruff.civ@health.mil.
    Attenuator Set
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified vendors to provide accredited calibration and repair services for specific test units, including an AC Current Shunt Set and Thermal Voltage Converters. The objective is to ensure that the calibration levels exceed those of original equipment manufacturers (OEM), thereby enhancing the accuracy of military measurement and diagnostic equipment. This initiative is crucial for maintaining the operational readiness and precision of military equipment, reflecting the Army's commitment to high standards in calibration services. Interested parties are invited to submit a white paper by March 26, 2025, detailing their capabilities, company information, and socio-economic status, with submissions limited to three pages and sent via email to the primary contact, Taylor Siskoff, at taylor.c.siskoff.civ@army.mil.