X-Ray Computed Tomography Cabinet System (Revised Requirements)

SOL #: N00421-26-SIMACQ-AB21000-0011Sources Sought

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAL AIR SYSTEMS COMMAND
PATUXENT RIVER, MD, 20670-5000, United States

Place of Performance

St James, MD

NAICS

Testing Laboratories and Services (541380)

PSC

Physical Properties Testing And Inspection (6635)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Apr 14, 2026
3
Response Deadline
Apr 29, 2026, 6:00 PM

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 is conducting market research for a potential sole source acquisition of a large format X-ray Computed Tomography Cabinet System. This system is required by the Non-destructive Inspection Branch of the Air Systems Group (ASG) for research, engineering investigations, and airworthiness determinations. Responses are due April 29, 2026.

Scope of Work

The required system must be capable of scanning parts up to 36” diameter and 96” height, featuring two x-ray tubes (225kV microfocus and 450kV high resolution capable of 60µm effective pixel/voxel size). It will include a Varex 4343N digital detector array (with future second detector option), acquisition/reconstruction/analysis computers with specific software (Volume Graphics VG Studio MAX) and data security features (swappable hard drives). The vendor will be responsible for on-site installation, verification, radiation safety compliance, on-site and vendor-site training, warranties, and a 1-year service maintenance contract.

Contract & Timeline

  • Type: Sources Sought / Market Research (to determine competitive procurement)
  • Anticipated Contract Type: Combination of Firm-Fixed-Price (FFP) and Cost-Plus-Fixed-Fee (CPFF)
  • Anticipated Period of Performance: Two (2) years (including installation, testing, training, and 1-year maintenance)
  • PSC: 6635 Physical Properties Testing And Inspection
  • NAICS: 541380 Testing Laboratories and Services
  • Response Due: April 29, 2026, 2:00 p.m. EST
  • Published: April 14, 2026

Submission Requirements

Interested businesses should submit a capabilities statement (max 10 pages, Times New Roman 12pt, 1” margins) demonstrating their ability to meet the outlined requirements. Submissions must include company name, address, business size, and points of contact. Responses shall be emailed as UNCLASSIFIED to Michael Lang at michael.j.lang92.civ@us.navy.mil. No phone inquiries will be entertained.

Additional Notes

This notice is for market research purposes only to identify potential and eligible firms and determine if any Small Business opportunities exist for this sole source procurement. The government will consider all information received to decide whether to conduct a competitive procurement.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 4Viewing
Sources Sought
Posted: Apr 14, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
X-Ray Computed Tomography Cabinet System (Revised Requirements) | GovScope