The RFP Database
New business relationships start here

ULTRASONIC TEST SUITE (UTS)


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

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.  THERE IS NO SOLICITATION PACKAGE AVAILABLE.  The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ seeks to identify potential sources for an Ultrasonic Test Suite (UTS).  The Ultrasonic Test Suite (UTS) Program consists of both a handheld Ultrasonic Testing System (UT) with a dual pulser for spike/square wave inspections and a handheld Bonded Materials Tester (BMT) with resonance, pitch/catch, and mechanical impedance analysis (MIA) modes.  UTS are portable, self-contained, battery-operated units required to perform Nondestructive Inspection (NDI) of aircraft components and SE for fatigue cracks and other surface defects on metal and composite materials.  The UTS will be used onboard ships (above and below flight deck) as well as at shore-based sites replacing the current units (Sonic 1200M and Bondmaster 1000E+).
The objective is to procure modified COTS systems to replace the currently fielded units capable of operation within military shore-based and shipboard environments. The system will employ state of the art technology. All materials and components utilized shall be COTS or non-developmental items.  The UTS Systems shall include, but not be limited to the following constraints:

Note: Constraints apply to both systems unless otherwise stated.

Technical:

•1.       Handset size:  ≤ 200 cubic inches with no dimension exceeding 10 inches

•2.       Handset weight:  W/battery installed ≤ 5 pounds

•3.       Battery-operated with external charging capability. Minimum operating time of 6 hours per charge

•4.       Ultrasonic Testing:  Dual pulser for spike and square wave inspections

•5.       Bonded Materials Testing:  Resonance, pitch/catch, and mechanical impedance analysis (MIA) modes

 

Logistics:

•1.       System operation/maintenance is not to require any special tools

•2.       Full Logistics Support Package to include but not limited to:

•a.        Technical Manual

•b.       Logistics Management Information

•c.        Provisioning Technical Documentation

•d.       Calibration Documentation

•e.         



Interested companies are requested to provide information on products/services similar in scope and effort.  Respondents to this RFI may provide catalogs, drawings/illustrations, technical manuals, training descriptions/materials, warranty information, testing documentation, brochures and/or any other documentation that describes their capability to design, develop, manufacture and support an effort of the type described herein.

In addition, it is requested that respondents identify government and/or commercial customers to whom same or similar equipment and logistics support packages have been delivered.  Provide customer points of contact, including a telephone number, e-mail address/web site, quantities sold along with dates sold, and a description of the unit(s).

This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute a request for proposal.  This announcement is not a formal solicitation and is not a request for proposal.  No contract will be awarded from this announcement.  Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the government.  No reimbursement will be made of any costs to provide information in response to this announcement or any follow-up information requests.  Availability of any formal solicitation will be announced under a separate Commerce Business Daily announcement. 

 

This RFI is for information and planning purposes only and is not to be construed as a commitment by the Government.  Each response must reference the "sources sought" title.  Responses should be sent to Naval Air Warfare Center Aircraft Division, Lakehurst, NJ, Attn: John Murtagh, Code 2.5.2.1, Highway 547, Lakehurst, NJ 08733.  Mr. Murtagh is the point of contact for this "sources sought" notice and can be reached at telephone (732) 323-5283 and e-mail address john.c.murtagh@navy.mil. Responses must be received in writing no later than August 9, 2019 by 4 pm EST.

John C. Murtagh, Contract Specialist, Phone 7323235283, Email john.c.murtagh@navy.mil - David Andreoli, Contracting Officer, Phone 732-323-5208, Email david.andreoli@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP