SOURCES SOUGHT
52 -- Non-Destructive Testing (NDT) Panels and Controlling Systems
- Notice Date
- 8/28/2018
- Notice Type
- Sources Sought
- NAICS
- 334517
— Irradiation Apparatus Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-18-R-0096
- Archive Date
- 9/20/2018
- Point of Contact
- Adrian Barber, Phone: 3013941503
- E-Mail Address
-
adrian.t.barber.civ@mail.mil
(adrian.t.barber.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Non-Destructive Testing (NDT) panels and controlling systems, quantity17 x-ray detector arrays. The Government requires the purchase of 17 x-ray detector arrays that have the following characteristics: 1. The detector array shall be fully capable of detecting x-ray images without the necessity to be scanned by a secondary scanner (i.e. not x-ray film). 2. The detector array shall have a detection area of nominal dimensions of 14" x 17" (35 mm x 43mm). 3. The detector shall be no more than 0.75" thick. 4. The detector array shall be capable of being erased immediately after scanning/reading the image plates. 5. The plates shall have a pixel resolution of 150 micrometer per pixel or better (better would be a lower value, i.e. 25 micrometer per pixel) 6. The digital imaging plates shall be compatible with 150, 300, 450, and 1000 kilo-electron-volts xrays as excitation sources. 7. The system shall come complete with controller. 8. The system shall output the data with an analog to digital conversion of 16 bits. 9. The system shall be able to export the raw x-ray images in.tiff format. 10. The system shall be capable of collecting data using a wired and a wireless interface (use only one method at a time). 11. The enclosure shall meet Ingress Protection/International Protection Rating (IP57) enclosure standards. C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include: (I) To what extent each of the specifications can be met. (II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 1,000 employee size standard that accompanies NAICS code 334517. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (III) Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 11:59 am eastern standard time 09/05/2018. Submissions should be emailed to adrian.t.barber.civ@mail.mil. Questions concerning this sources sought may be directed to Adrian Barber at adrian.t.barber.civ@mail.mil. Please be advised that.zip and.exe files cannot be accepted. (13) Estimated Delivery Timeframe or Period of Performance: six (6) weeks after award
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b1b55c9f145ac8dbf5668158060b31d5)
- Place of Performance
- Address: ABERDEEN PROVING GROUND (APG), APG, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN05059105-W 20180830/180828231048-b1b55c9f145ac8dbf5668158060b31d5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |