North Star X5000 450kV Computed Tomography System
PSC Code: 6635
NAICS Code: 334517 – Irradiation Apparatus Manufacturing
This Sources Sought/Request for Information (RFI) notice is being posted to in accordance with DFARS 206.302-1(d). The Naval Air Warfare Center Aircraft Division, Engineering and Prototyping Facility, TW22, has a requirement to procure a North Star Computed Tomography System to ensure high quality and continuity of its products, all while increasing effective utilization of division resources and response times to all initiatives/projects. Additionally, the Prototyping and Engineering Branch will require training, tooling, setup, and installation of the machine. To meet the TW22 requirements, the CT machine to be procured should provide the following:
The 7-axis, 450kV micro-focus computed tomography (CT) machine, related equipment/items, functional acceptance testing, tooling, delivery, rigging, installation, manuals, and operator training. The CT machine shall be the NSI X5000 450kV CT System. The CT machine shall be installed at a designated location inside of building B8008 at Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF), St. Inigoes, Maryland. If requested, the Navy can furnish photographs, site plan and layout of the existing site to facilitate preliminary planning.
- One (1) NSI X5000 450kV Computed Tomography (CT) System
- Delivery, Installation, and Rigging
- Setup, Assembly, and Calibration
- OperatorTraining
- Consumables & Maintenance/Rebuild Kits
- Acceptance Testing
- IUID Tag per MIL-STD-130x
- All Machine Options and Accessories
Specs:
NSI X5000 450k Computed Tomography System
- X5000 Industrial 2D Digital X-ray and 3D Computed Tomography System
- X5000 Radiation Enclosure 450kV
- X5000 Seven Axis Manipulator
- efX Motion Control Module
- Ergonomic Load
- 4 Camera IP Surveillance System
X-Ray Tube
- Microfocus 225kV directional
- 450kV HP
- X-Ray Tube Shutter
- Mounts and Electrical for Dual Tube LDA Configuration
X-Ray Detector
- Varex 4343N DRZ+
- Detection Technology LDA (36”, 400μm)
- LDA Collimator
Software and Workstation
- Ergo Desk and NSI Chair
- efX-DR Workstation
- efX-DR Software
- efX-DR CT Acquisition Module
- Fast CT Acquisition Module
- efX-CT 4G Ultimate Reconstruction Workstation
- efX-CT FULL Computed Tomography Software
- VorteX: Hardware and efX Software Module
- MosaiX and SubpiX: Hardware and efX Software Module
- efX Detector Qualification Package
- 4D Computed Tomography Module
- Secondary Hard Drive Set – DR & CT
Additional Components
- Microfocus Copper Filter Kit
- MiniFocus Copper Filter Kit
Maintenance
- One Year Warranty / 1st Year PM (1 visit) – Dual Tube/Detector
- 1st year efX-DR and efX-CT Software Updates
This RFI is issued as part of a procurement strategy for the planned NISE project at NAWCAD, Building 8008 St. Inigoes, MD. The 7-axis, 450kV Micro-Focus CT System will be installed at Building 8008, St. Inigoes, MD. The execution/delivery of these items, including: training, tooling, setup, and installation of the machine shall be completed and/or delivered to TW22 Prototyping and Engineering Facility, Bldg 8008, St. Inigoes, MD by 20 December 2023.
RESPONSES
Requested Information
Section 1 of the response shall provide administrative information, and shall include the following as a minimum:
• Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.
• Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).
Section 2 of the response shall provide technical information, and shall include the following as a minimum:
• Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.
• Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count.
• If applicable, respondents shall include a list of DoD, Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor POC for each program, with email address and phone number.
• The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.
• Respondents should include a list of authorized distributors.
ADDITIONAL INFORMATION
The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.
In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.
The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.
Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.
HOW TO RESPOND
Interested parties shall respond within 5 days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed 10 pages) via e-mail no later than 20 February 2023 to Tim Caracciolo at timothy.j.caracciolo.civ@us.navy.mil.