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), on behalf of the Non-destructive Inspection Branch, is conducting market research for a large format X-ray Computed Tomography Cabinet System. This is a Notice of Intent to award a sole source contract, but interested parties are invited to submit capabilities. The system will be used for research on new materials, mishap root cause analysis, and airworthiness/safety of flight determination. Responses are due February 27, 2026.
Scope of Work
The required X-ray CT system must be capable of:
- Scanning parts up to 800mm in diameter and 1415mm in height.
- Featuring two x-ray tubes: one capable of up to 225kV, and another capable of up to 450kV (with a focal spot size of 150µm or less at 450 Watts).
- Including a Varex 4343N digital detector array, a curved linear diode array detector, and an uninterruptable power supply.
- Providing an acquisition computer with software, and two reconstruction/analysis computers with reconstruction and Volume Graphics VG Studio MAX analysis software.
- The vendor must install the system on-site, verify functionality, and ensure compliance with all applicable radiation safety codes.
- The acquisition includes on-site and vendor-site training classes, all relevant warranties, and a one-year service maintenance contract.
Contract & Timeline
- Opportunity Type: Notice of Intent / Sources Sought (Market Research)
- Department/Agency: Dept Of Defense / DEPT OF THE NAVY / NAVAL AIR SYSTEMS COMMAND
- Place of Performance: St James, MD
- Anticipated Period of Performance: Two (2) years, including installation, testing, training, and one year of service/maintenance. This is open to revision.
- Anticipated Contract Type: Combination of performance-based Firm-Fixed-Price (FFP) and non-performance-based Cost-Plus-Fixed-Fee (CPFF). This is open to revision.
- PSC: 6635 Physical Properties Testing and Inspection
- NAICS: 541380 Testing Laboratories and Services
- Set-Aside: None specified; market research will determine if a Small Business opportunity exists for the sole source procurement.
- Response Due: February 27, 2026, at 2:00 p.m. EST
- Published: February 12, 2026
Submission Requirements
Interested businesses should submit a capabilities statement package (maximum 10 pages, single-sided 8.5"x11", 1-inch margins, Times New Roman 12pt). The package must include:
- Sources Sought Notice name/number
- Company name, address, and business size
- Points of contact (names and email addresses) Responses must be submitted via email to Michael Lang at michael.j.lang92.civ@us.navy.mil. No phone calls will be accepted. All questions should be directed to the Contract Specialist.
Additional Notes
This notice is for market research purposes to identify potential firms and determine the acquisition method. It is not a request for competitive proposals. The Government will consider all information to decide whether to conduct a competitive procurement. Responding is not required to be eligible for a future acquisition, but the information provided is highly valued for finalizing the acquisition strategy. Proprietary data will be protected.