The RFP Database
New business relationships start here

COMPUTED TOMOGRAPHY SCANNER SOURCES SOUGHT


Ohio, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

COMPUTED TOMOGRAPHY SCANNER


The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below.


CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience of providing a Computed Tomography Scanner used to measure the quality and precision of aerospace components for the Air Force Institute of Technology at Wright-Patterson Air Force Base in accordance with the requirements of industry standards and applicable local, state, and Federal laws. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Furthermore, Wright Patterson AFB, Air Force Institute of Technology (AFIT) is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought.


INSTRUCTIONS:


1. Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities.


2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).


3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.


4. Questions relative to this market survey should be addressed via email to Kyle Hartlage (AFLCMC/PZIOA), kyle.hartlage@us.af.mil no later than 12:00 pm EST on 12 December 2017. Verbal questions will NOT be accepted.


PROGRAM DESCRIPTION


AFIT is seeking to perform graduate research education on precision aerospace components. The ability to characterize the quality of these components through using computed tomography is critical to achieving this research capability in preparation for critical experimental flight testing in air and space environments. Assurance of a components quality prior to this rigorous testing is required to ensure the success and safety of the experiments. Computed tomography (CT) is an imaging procedure that uses special x-ray equipment to create detailed pictures, or scans, of areas inside of a three dimensional volume. CT scanning is used as a technique for Nondestructive Inspection (NDI) which is the examination of an object or material with technology examination of an object or material with technology that does not damage a product or material or affect its future usefulness.

REQUIREMENTS


This CT system must be a turnkey system to provide complete computed tomography inspection of 3D manufactured metal and polymer objects. Entire System requirements from initial radiography to final post processing must be included. These items include the machine hardware and necessary support systems to final computer and software systems necessary to post process the CT images into voxelated 3D volumes.


CT Machine:


• Minimum of Microfocus 225 kV X-ray Tube
  o Minimum Power Rating of 450W
  o Minimum spot size of 3 um and detail recognition of < 2um
  o Dual Target System: Fixed Reflection Target and Rotating Reflection Target
• Integrated X-Ray Controller
• High Resolution X-Ray Detector
  o Minimum 400 mm x 400 mm with 2000 x 2000 pixels
  o Minimum 16-bit Grayscale Resolution
  o Minimum Frame Rate of 15 frames per second
• Provide a 5 Axis Motorized and Controlled Manipulator
  o Handle a 50 kg sample
  o Tilt Axis +/- 30 Degrees
  o Rotate Axis 360 Degrees
  o Manipulator max travel of 300 mm in X, 350 mm in Y, and 750 mm in Z
  o Joystick control of each
• Passive Vibration System to minimize ambient machine vibrations
• Maximum Machine Size (W x D x H): of 2.5 m x 1.275 m x 2.175 m
  o Based upon installation space and room entry requirements
• Minimum Sample Chamber Door size of (H x D) 0.6 m x 0.6 m
• Integrated High voltage generator and control system
• Integrated Vacuum System
• Integrated Cooling system
• Consumable Supplies for 1 year of typical operation (ie Additional Vacuum Filaments)
• Self-Centering Chuck and Self-Centering Vice for Specimen holding
• Full shielded enclosure with continuous fail-to-safe monitoring and Interlocks
• Lead-lined cabinet fully complies to DIN 54113 radiation safety standards and CE regulation CT

Computed Tomography Capability:


• Live Imaging up to 30 frames per second
• Automatic parallelization for systems with multiple CPU's and GPU's
• Integrated CT geometry calculation
• Cone-Beam reconstruction
• Fan-Beam reconstruction
• 3D real time visualization and analysis tools
• Automated single pass computed tomography scanning technique utilizing spiral/helix acquisition and reconstruction with a digital flat-panel detector. This capability allows a CT scan of elongated objects that traditionally cannot fit into a single exposure.
• Provide the ability to automatically conduct CT scans of 3D data to produce time dynamic data sets that is useful for failure analysis, reverse engineering, and quality assurance. This is also commonly referred to as 4D CT Scanning.
• Provide enhanced resolution through advanced hardware motion and software algorithms to provide subpixel resolution of the X-Ray detector
• Provide user definable method for generating automated scan and processing routines through an open architecture scripting software protocol

Visualization and Post Processing Workstation:

• Minimum of 2x 27" 4K resolution Monitors
• Minimum of 2x Processors with Multiple Cores
• 2x High End Graphics Cards 8 GB RAM
• Minimum of 128 GB of System RAM
• Internal 8TB SSD Raid 10 configuration
• Optical Drive
• USB 3.0
• Latest Version of Volume Graphics Post Processing Software

Delivery and Installation Requirements


• Shipment of the CT Machine system for material research directly to AFIT (FOB Destination) within 12 weeks. Delivery includes unloading, unboxing, and final rigging of equipment into the site location at the time of delivery.
• Vendor requirement as part of the award: Installation of the R&D system at AFIT within 1 week of the delivery of the system
• Provide On-Site training on Basic and Advanced system operation at AFIT for 2-4 operators within 1 week of the delivery of the
Warranty
• Free from defects in material and workmanship, under normal and proper use in accordance with our instructions in the maintenance manual for a period of one year.


CONTRACTOR CAPABILITY SURVEY


Part I. Business Information


Please provide the following business information for your company/institution and for any teaming or joint venture partners:
• Company/Institute Name:
• Address:
• Point of Contact:
• CAGE Code:
• Phone Number:
• E-mail Address:
• Web Page URL:
• Size of business pursuant to North American Industry Classification System (NAICS) Code: 334516 - Analytical Laboratory Instrument Manufacturing, 3826 - Laboratory Analytical Instruments.


Based on the above NAICS Code, state whether your company is:
o Small Business, (Self-Certified or Third Party Certified) (Yes / No)
o Small Disadvantaged Business, (Self -Certified or Third Party Certified) (Yes / No)
o Woman Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No)
o Economically Disadvantaged Woman Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No)
o 8(a) Certified, (Self -Certified or Third Party Certified) (Yes / No)
o HUBZone Certified, (Self -Certified or Third Party Certified) (Yes / No)
o Veteran Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No)
o Service Disabled Veteran Small Business, (Self -Certified or Third Party Certified) (Yes / No)


*All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.


• A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).
• Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data.
• Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice.


FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.209-5, Certification Regarding Responsibility Matters
FAR 52.228-5, Insurance -- Work on a Government Installation
FAR 52.229-3, Federal, State, and Local Taxes
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.233-2, Service of Protest
FAR 52.242-13, Bankruptcy
FAR 52.252-1, Solicitation Provisions Incorporated by Reference
FAR 52.252-2, Clauses Incorporated by Reference
FAR 52.252-5, Authorized Deviations in Provisions
FAR 52.252-6, Authorized Deviations in Clauses
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism
DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.243-7001, Pricing on Contract Modifications
AFFARS 5352.201-9101, Ombudsman
AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS)
AFFARS 5352.223-9001 Health and Safety on Government Installations


 


ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort:


No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011) ... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc.


If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.


ATTENTION all potential respondents:


The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting.


Part II. Capability Survey Questions


1. Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database.


2. Describe briefly the capabilities of the nature of the services you provide.


3. Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).


4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement?


5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.


If your company is interested, e-mail your responses to kyle.hartlage@us.af.mil. E-mail responses should be received no later than 12:00 pm EST on 12 December 2017. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. Also, please mail two original signed copies of your response, on or before the same date, to:


AFLCMC/PZIOA, Bldg. 1, Room 109
Attn: Kyle Hartlage
1940 Allbrook Dr
Wright-Patterson AFB OH 45433-5344
(937) 522-4527


All responses must be UNCLASSIFIED; no classified material will be accepted or considered with this Sources Sought Synopsis. The response to Part I. Business Information should be single spaced, 12pt font. The response to Part II. Capabilities should be limited to no more than 10 pages (8.5x11 inches), single spaced, 12pt font. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104.


Responses to questions from interested parties will be promptly answered and posted on this FedBizOps website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company's response. Information feedback sessions may be offered to respondents after the sources sought assessments are completed. An Industry Day (date to be determined) with one-on-one information sessions with respondents may be offered to clarify the Government's understanding of their submittal, the capability ramifications, or to discuss their business approach.


 


 


Kyle Hartlage, Phone 9375224527, Email kyle.hartlage@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP