New Jersey Bids > Bid Detail

Computed Radiography (CR) System Engineering Change Proposal (ECP)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159789926697641
Posted Date: Dec 7, 2022
Due Date: Dec 22, 2022
Solicitation No: N68335-21-R-0029
Source: https://sam.gov/opp/26cd93d74f...
Follow
Computed Radiography (CR) System Engineering Change Proposal (ECP)
Active
Contract Opportunity
Notice ID
N68335-21-R-0029
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 07, 2022 04:28 pm EST
  • Original Published Date: Dec 15, 2021 11:27 am EST
  • Updated Response Date: Dec 22, 2022 04:30 pm EST
  • Original Response Date: Dec 30, 2021 04:30 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6635 - PHYSICAL PROPERTIES TESTING AND INSPECTION
  • NAICS Code:
    • 334517 - Irradiation Apparatus Manufacturing
  • Place of Performance:
    Joint Base MDL , NJ 08733
    USA
Description View Changes

The Naval Air Warfare Center Aircraft Division Lakehurst, NJ intends to solicit and award a fixed price award, on a sole source basis to VMI Nondestructive Testing Solutions (VMI), (CAGE 8BBQ3) in Pensacola, Florida.





This effort will be for a Computed Radiography (CR) System Engineering Change Proposal (ECP), to resolve parts obsolescence while maintaining current capability. The ECP will resolve obsolescence issues with the system and is capable of being drop-in functional replacements for the legacy systems. This effort requires (5) Pilot Production Units, and a total quantity of 100 production units (inclusive of Foreign Military Sales and other Department of Defense agency quantities). The CR is a portable, ruggedized system that processes imaging plates for radiographic image viewing, interpretation and storage capability for Navy and Marine Corps Intermediate level Nondestructive Inspection (NDI) labs.



In addition to what was previously synopsized, requirements omitted from original synopsis but required include, when necessary:



CR System Scanner Repair-Estimated 100 QTY



CR System Scanner Replacement-Estimated 100 QTY



CR System Monitor Replacement-Estimated 100 QTY





The Government intends to procure the above items under the statutory authority of Title 10, U.S.C. Section 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." VMI is the original designer, developer and manufacturer of the legacy system product line and is the only source with the requisite knowledge, experience and technical expertise to produce ECP replacement systems for the US Navy/Marine operational environment without a developmental effort to meet the Navy’s requirements. VMI has already designed updated systems for the Navy’s operational requirements.







This notification is not a request for competitive proposals. However, all responses received within fifteen (15) days after the date of publication of this synopsis will be considered by the Government. A determination by the Government not to open the requirement to competition based on responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No solicitation will be available for this procurement.





Responses stating interest must be received within fifteen (15) days of publication of this notice. The Point of Contact to receive an RFP is Mr. Domenick Davino, Domenick.A.Davino.civ@us.navy.mil, Code BL51000, 240-577-8088.





Offerors must be registered in the System for Award Management (SAM) Database prior to submission of an offer to be considered for award of any DoD contract. This may be accomplished electronically at: https://www.sam.gov/SAM/.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >