Rotor Blade X-Ray System Restoration and Reactivation
This is a sources sought announcement. This announcement is in support of market research to determine the feasibility of a competitive acquisition and to identify potential sources that can provide t... This is a sources sought announcement. This announcement is in support of market research to determine the feasibility of a competitive acquisition and to identify potential sources that can provide the restoration and reactivation of the Corpus Christi Army Depot (CCAD) Rotor Blade X-Ray System. X-Ray manufacturer and system specifications: Manufacturer: VJ Technologies, Inc. Part Number: AEGH161M The X-ray System with Bar Code R1058 at CCAD in Building 49 is used for non-destructive inspection of helicopter rotor blades. The system allows inspection of main and tail rotor blades for water and foreign object debris. The system is composed of a lead lined vault (booth) with internal dimensions approximately 42'-0" x 19'-11" x 10'-1" (LxWxH) with an internal multi-axis gantry system upon which the x-ray generator and digital detector array (DDA) panel are mounted opposite of each other. Stationary and portable blade holding fixtures are integrated with the control system. Vault wall and door composition is steel-lead-wood-steel construction. Gantry carriage system is belt driven with 7 axis and can rotate up to +/- 30° angle. X-ray generator is a self-contained mono block tube head, 160kVp 3mA. The DDA panel (pixel size of 200 microns) captures the x-ray wave that passes through the rotor blade and converts it to a digital signal. The digital signals are processed and converted to image data utilizing the VJ Technologies Vi3 software with Windows Operating System (OS) and is displayed on a high resolution monochromatic display monitor. The image is analyzed and results are digitally recorded for reference. The system is computer controlled from a central console with monitors and integrated safety inter-locks and alarms. The control console dimensions approximate 54" x 42" x 76" (LxWxH). Inter-lock safety switches are located at the vault personnel door and bi-parting main product door. Two surveillance cameras are located within the vault. The vault is climate controlled with an independent heating, ventilation and air conditioning unit. The Contractor shall provide services for restoration, repair and reactivation of an x-ray exempt shielded vault system. Services include: removal of a vault wall panel to allow installation of a personnel access door leading into a newly constructed control room on the opposite side of the vault; removal of an existing personnel vault door hardware and interlock, and to secure door to vault wall; extension of existing cable set, control cabling and power wiring to source and into the new control room for connection to control console; replace antiquated control console with a new console, controls, and integration of computers and monitors for real-time digital imaging; system radiation leakage testing, and system acceptance testing; and training. The Contractor shall accomplish restoration, repair and reactivation to provide a fully functioning high resolution real-time digital inspection x-ray system. Contractor shall warranty all equipment and installation services from defects for a minimum period of one year or equal to the manufacturer's standard commercial warranty period, whichever is longer. The Government intends to award a non-competitive contract to VJ Technologies, Inc., 89 Carlough Road, Bohemia, NY 11716 (Cage Code 0JLW5, Small Business). AUTHORITY CITED: 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. FAR subparagraph: FAR 6.302-1(b)(2) The existence of limited rights in data, patent rights, copyrights, or secret processes; the control of basic raw material; or similar circumstances, make the supplies and services available from only one source. The applicable North American Industry Classification System (NAICS) code is 811219 and the size standard is $20.5M. Interested parties who have the capability to perform the above effort should respond to this notice and identify your business size and socio-economic status as applicable. All submissions must include full company name, Point of Contracts (POCs) to include name, position, office, and mobile telephone numbers and email address. The X-Ray System is not a Critical Safety Item (CSI). DMWR 1-1615-281 for Main Rotor Blade Assembly is available for this effort. This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute a RFP/RFQ. A combined synopsis/solicitation will be issued at a later date for this requirement. Requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requested. No basis for claim against the Government shall arise as a result of a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. Submittal of information is requested via electronic mail only to Susan M. Bryan, Contract Specialist, susan.m.bryan.civ@mail.mil, no later than June 27, 2019.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »