Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2011 FBO #3639
SOURCES SOUGHT

36 -- Real Time Microfocus X-Ray Imaging System Tube

Notice Date
11/9/2011
 
Notice Type
Sources Sought
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0047
 
Archive Date
12/1/2011
 
Point of Contact
Emmeline J. Spaulding, Phone: 9375224565, Richard E. Fries, Phone: 9375224527
 
E-Mail Address
emmeline.spaulding@wpafb.af.mil, richard.fries@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil, richard.fries@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a Root Cause Analysis/Structure Mtls: Real-Time Microfocus X-Ray Imaging System Tube for work being conducted within the laboratory in AFRL/RXSA. Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the Real-Time Microfocus X-Ray Imaging System Tube as follows: I. General: The requirements for a drop in replacement for a direct transmission microfocus X-ray system are described below. The system shall provide for microfocus X-ray beam generation to support the existing manipulator and imaging capability within the ARFL/RXSA, Bldg 652, Rm 40 shielded vault. The system SHALL be installed as fully functional turn-key system integrated into the existing facility and safety interlocks. II. Applications: The microfocus X-ray system will be used for still and real-time high-resolution radiography of a variety of components including electronic subcomponents, avionics, structural materials and subcomponents. III. Basic Requirements: a. Directional and transmission Tube Heads b. Controller c. Generator d. Vacuum pump (roughing and turbo pumps) e. Installation f. Training IV. Detailed system Requirements a. Microfocus X-ray tube - The X-ray Tube SHALL possess the following characteristics: i. Twin Tube Head: Directional and transmission tube heads ii. Energy: 1. Transmission Tube Head: Adjustable, 20k V- 160k V 2. Directional Tube Head: Adjustable, 20k V- 225kV iii. Tube Current: 1. Transmission Tube Head: Adjustable, 0-1mA 2. Directional Tube Head: Adjustable, 0-3mA iv. Tube Power: 1. Transmission Tube Head: Adjustable, Up to 64 Watts 2. Directional Tube Head: Adjustable, Up to 320 Watts v. Target Power: 1. Transmission Tube Head: Up to 10 Watts 2. Directional Tube Head: Up to 15 Watts vi. Minimum Focal Spot Size: 1. Transmission Tube Head: 2µm (20k V- 225 kV) 2. Directional Tube Head: 6 µm(20 KV-225kV) b. Controller: i. SHALL provide for control of tube voltage and current ii. SHALL provide for automated tube warm-up iii. SHALL provide for manual and automatic beam focusing iv. SHALL provide for auto start-up, X-ray beam auto centering v. Controller SHALL be placed outside shielded vault approximately 25 feet from tube-head. vi. Sufficient control and power cabling SHALL be provided to interface the controller, vacuum pump, generator and tube-head c. Vacuum Pumps: i. Rouging and turbo pumps SHALL be provided and integrated to support X-ray tube operation ii. Vacuum pumps SHALL be installed within the shielded vault iii. Roughing Pump SHALL be located within 15 feet of X-ray tube head. iv. Vacuum pump controls SHALL be interface with the controller interlock system v. Sufficient power and control cabling and vacuum tubing shall be provided to interface the pump, controller and tube head d. Generator i. An X-ray tube generator SHALL be provided to supply conditioned power to the tube as required to meet the tube specifications ii. The generator SHALL be located outside of the shielded vault approximately 25 feet from the X-ray tube iii. Sufficient cabling SHALL be provided to interface the generator to the tube head. V. Safety Requirements: The system installation SHALL interface with the existing interlock system currently in place in the AFFRL/RXSA facility. The interlock system currently interfaces with two entry doors, vacuum system, chilled water flow switch, safety cut-off switch and controller. The interlock system SHALL meet the safety cut-off switch and controller. The interlock system SHALL meet the safety requirements of TO 33B-1-1 Technical Manual: Nondestructive Inspection Methods, Basic Theory and protect the integrity of the X-ray tube from inadvertent operation without vacuum or cooling water. a. Interlock System: The controller SHALL interface with existing visible and audible warning beacons/signals tied to an interlock system. The controller shall be integrated with the existing interlock system including entry doors, water supply and vacuum supply to interrupt power to the control box/tube head, stopping the irradiation process, when unauthorized access is attempted or loss of cooling water or vacuum occurs. All time delay interlock systems installed SHALL be compatible with all X-ray units. b. Warning Beacons. The controller shall interface with the existing audible and visual warning beacons. A rotating or flashing strobe-type visible warning beacon SHALL also be located at the controller to indicate when the system is energized. The visible and audible alarms SHALL activate for a full 15 seconds before the X-ray tube is energized. VI. Installation The installation SHALL include all hardware modifications, wiring and cabling replacement and installation, integration with existing interlock system and operational demonstrations at AFRL/RXSA. Calibration and checkout SHALL be performed, with the user as a witness, to demonstrate compliance to this specification. a. The Installation shall include the design, build and installation of a pivoting mount to align the tube head to the existing detector in both the transmission and directional tube head modes. Design requirements for this mount shall be coordinated with AFRL/RXSAS no later than sixty (60) days prior to system installation. b. No later than sixty (60) days prior to delivery, the contractor SHALL provide a facility plan that describes in detail the necessary utilities and the installation requirements necessary to set up this equipment to be operational as intended, SHALL be submitted to AFRL/RXSA to allow for customer site preparation prior to installation. c. Installation and testing SHALL be accomplished at a time agreeable to both the contractor and customer but no later than thirty (30) days after delivery of the equipment. The site will be ready for installation sixty (60) days after the receipt of the facility plan. If it is not, and installation/testing will not be possible at the time of delivery, AFRL/RXSA will notify the contractor and a mutual agreement will be reached between the parties as to action to be taken. d. Acceptance/Testing: Final inspection and acceptance will be made by AFRL/RXSA personnel after the equipment is installed, is operational and has been verified, through test and demonstration, that it meets the requirements of this specification. VII. Training: The contractor SHALL provide on-site training for no longer than a total of two (2) days for no more than five (5) operators. Training SHALL cover equipment operation, software operation and maintenance. The contractor shall provide necessary training documentation to include two (2) complete hardcopies and one (1) electronic copy of operation and system maintenance manuals. Training SHALL commence no later than two weeks following installation, or as agreed to by the contractor and the using activity. Problems will be resolved by mutual agreement of the contractor and the Contracting Officer. VIII. Warranty The contractor SHALL provide a standard warranty on the system and installation. All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334517. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Emmeline.spaulding@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Emmeline Spaulding, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 p.m. Eastern Standard Time, 16 Nov, 2011. Direct all questions concerning this acquisition to Emmeline Spaulding at Emmeline.spaulding@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0047/listing.html)
 
Place of Performance
Address: WPAFB, WPAFB, Ohio, 45459, United States
Zip Code: 45459
 
Record
SN02620996-W 20111111/111109234949-339b8c77aa810909754cd005c2840b9f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.