SOURCES SOUGHT
66 -- Linear Positioning System
- Notice Date
- 6/20/2025 6:15:54 AM
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- PANRSA-25-P-0000-014784
- Response Due
- 7/8/2025 1:30:00 PM
- Archive Date
- 07/23/2025
- Point of Contact
- Shalanda R. McMurry
- E-Mail Address
-
shalanda.r.mcmurry.civ@army.mil
(shalanda.r.mcmurry.civ@army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY � This RFI is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government (USG) to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the USG will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the USG. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. If a solicitation is released, it will be synopsized on SAM.GOV. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. _____________________________________________________________ The US Army Contracting Command-Redstone Services & IT Solution Branch, plans to obtain information to serve as market research to help identify potential sources that can provide one (1) Linear Positioning System (LPS) which used to calibrate Army RADIAC instrumentation and Electronic Personal Dosimeters used by first responders, soldiers, Non-destructive Inspection programs, and in Army hospitals and medical activities worldwide This equipment shall be delivered to Enterprise Support Division (ESD) at Redstone Arsenal, AL. The Linear Positioning System (LPS) shall include the following specifications or equivalent (if not brand name): Dual Monitor Control Console. A dual monitor control console shall be provided to allow for LPS and JLS 81 calibrator control. The dual monitor control console shall meet current industry standards for a computer system to include the current version of Windows. Control console shall be capable of at least 500 GB of Solid-State Drive (SSD) or equivalent storage and 16 GB of Random Access Memory (RAM). Linear positioning system with movable exposure table. A remote-positioning exposure table shall be provided to securely translate and position�without deflection�RADIAC instrumentation and dosimeters with 3-axis (X, Y, Z) control, compatible with geometrical constraints of the JLS 81 and the M3A1 calibrators located at either end of the existing track. The table shall be supported by an automatic Linear positioning system rail system. Furthermore, the rigidity of the gantry design shall be such that vibration and torsional motion during translation of instrumentation is negligible. The linear-motion system shall be designed to accommodate hard-stop homing for the most accurate and repeatable positioning. Table positioning in both axis (distance, height adjustment) shall be within +1 mm of selected position. Position indication will be provided in the software program on the control console. Dimensions of the linear positioning system shall be (X) 600 cm x (Y) 100 cm x (Z) 30 cm and no less than 438 cm on the (X) axis. Dimensions of the table surface shall be sized appropriately for the calibration range, e.g. typically 60 cm X 60 cm. Table positioning of the 3-axis shall be accomplished from the control console. An electrical outlet (110 VAC, 1 A) shall be provided for powering equipment on the table. RS-232, ethernet and USB connectors shall be provided for connection to instruments or controllers by the control console. The table shall be capable of holding a weight of up to 40 lbs. Adjustable camera monitoring of the table is required for visual monitoring of the instrumentation that will be located on the LPS table. Design of the LPS and controls shall allow for future upgrades. Laser Alignment System. A LPS mount laser alignment system is required. The LPS mount laser shall have a crosshair projector tip and defines beam centerline. Custom Automation of the JLS Model 81. Pneumatically operated sliding attenuators and a pneumatic cylinder for the JLS source rod are required to be controlled by the control console using a single software program that also integrates the LPS controls. Software shall be capable of importing dose rate calibration data for gamma radiation between 600 and 700 keVas well as show projected dose rate measurements based on LPS location. Installation and training The systems shall be installed and made fully operational to undergo performance verification and calibration onsite by the contractor prior to acceptance by the government. Calibration of the system shall be done for exposure rates across all operating modes from no attenuation at closest distance to full attenuation at farthest distance. Calibration range preparation and removal of the existing legacy linear positioning system shall be performed by the contractor. The contractor shall provide training to site personnel in the operation and maintenance of the systems. The contractor shall provide operation and maintenance manuals and technical data rights for complete maintenance and troubleshooting of the systems. Warranty Delivery Location: Camp Carroll, Korea _____________________________________________________________ Responses: Interested parties are requested to respond to this RFI with the following: 1. Full company name. 2. Identify business size 3. Identify Socio-economic status as applicable. 4. Include Point of Contacts (POCs): name, position, office and mobile telephone numbers and email address. 5. Cage Code 6.Unique Entity Identifier (UEI) _____________________________________________________________ The response date for this market research is July 8, 2025. No phone calls will be accepted. All responses to this RFI may be submitted via e-mail to the following POCs: Shalanda R. McMurry, Contracting Officer at shalanda.r.mcmurry.civ@army.mil & Contract Specialist: CPT David M. Butz, david.m.butz2.mil@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/571b9d039755448abb168d85c28aa568/view)
- Place of Performance
- Address: Redstone Arsenal, AL, USA
- Country: USA
- Country: USA
- Record
- SN07484387-F 20250622/250620230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |