X-ray Computed Tomography Cabinet System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Air Warfare Center - Aircraft Division (NAWCAD) Procurement Group has issued a Notice of Intent to award a sole source contract for a large format X-ray Computed Tomography Cabinet System. This notice serves as market research to identify interested and capable firms, and to determine if any small business opportunities exist for this acquisition. The system is required for the Non-destructive Inspection Branch of the Air Systems Group (ASG) at St James, MD. Responses are due by February 27, 2026, at 2:00 p.m. EST.
Scope of Work
The required X-ray CT Cabinet System must be capable of scanning parts up to 800mm in diameter and 1415mm tall. It needs two x-ray tubes: one up to 225kV and another up to 450kV, with the 450kV tube maintaining a focal spot size of 150µm or less at 450 Watts. The system must include both a Varex 4343N digital detector array and a curved linear diode array detector, along with an uninterruptable power supply. Required computing and software include an acquisition computer with software, and two reconstruction/analysis computers with Volume Graphics VG Studio MAX. The vendor is responsible for on-site installation, verification, compliance with applicable radiation safety codes, on-site and vendor-site training, relevant warranties, and a one-year service maintenance contract. This system will support research on new materials and manufacturing methods, engineering investigations for mishap root cause analysis, and airworthiness/safety of flight determinations.
Contract & Timeline
- Type: Notice of Intent / Sources Sought (for sole source acquisition)
- Anticipated Contract Type: Combination of performance-based Firm-Fixed-Price (FFP) and non-performance-based Cost-Plus-Fixed-Fee (CPFF) (subject to revision)
- Anticipated Duration: Two (2) years, including installation, testing, training, and one year of service/maintenance (subject to revision)
- Set-Aside: None specified (market research to determine small business opportunities for sole source procurement)
- PSC: 6635 Physical Properties Testing And Inspection
- NAICS: 541380 Testing Laboratories and Services
- Response Due: February 27, 2026, 2:00 p.m. EST
- Published: February 19, 2026
Submission Requirements
Interested businesses should submit a brief capabilities statement, capped at ten (10) pages (8.5"x11", 1" margins, Times New Roman, 12pt font), demonstrating their ability to meet the outlined requirements. Submissions must include the notice name/number, company details (name, address, business size), and points of contact (names, email addresses). Responses must be UNCLASSIFIED and emailed to Contract Specialist Michael Lang at michael.j.lang92.civ@us.navy.mil. Questions should be directed to both Michael Lang and Contracting Officer Jossie Washington at josephine.f.washington.civ@us.navy.mil.
Additional Notes
This is not a request for competitive proposals. The Government will consider all information received to determine whether to conduct a competitive procurement. A decision not to compete is at the Government's discretion. While responding is not required for eligibility, the Government values the information for finalizing its acquisition strategy. Proprietary data will be protected.