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 of the Air Systems Group (ASG), has issued a Notice of Intent (NOI) to award a sole source contract for a large format X-ray Computed Tomography Cabinet System. This is also a Sources Sought for market research to identify qualified firms and determine if a competitive procurement, particularly for small businesses, is feasible. Responses are due by 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 tall (or larger), featuring two x-ray tubes (up to 225kV and 450kV). The 450kV tube needs a focal spot size of 150µm or less at 450 Watts. The system must include a Varex 4343N digital detector array, a curved linear diode array detector, and an uninterruptable power supply. Required software includes acquisition software and Volume Graphics VG Studio MAX for reconstruction and analysis. The vendor will be responsible for on-site installation, verification, radiation safety compliance, on-site and vendor-site training, warranties, and a one-year service maintenance contract. This system will support research on new materials, manufacturing methods, mishap root cause analysis, and Airworthiness/Safety of Flight determinations.
Contract & Timeline
- Opportunity Type: Notice of Intent / Sources Sought (Market Research)
- Anticipated Contract Type: Combination of Firm-Fixed-Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) (subject to revision).
- Anticipated Period of Performance: Two (2) years, including installation, testing, training, and one year of service/maintenance (subject to revision).
- Set-Aside: None specified; market research will determine potential small business opportunities.
- Product Service Code (PSC): 6635 Physical Properties Testing and Inspection
- NAICS Code: 541380 Testing Laboratories and Services
- Response Due: February 27, 2026, at 2:00 p.m. EST
- Published: February 19, 2026
Submission Requirements
Interested parties should submit a brief capabilities statement package, limited to ten (10) pages (Times New Roman, font size 12, 1-inch margins). Submissions must include the Notice name/number, company details (name, address, business size), and points of contact (names, email addresses). Responses are to be emailed to Contract Specialist Michael Lang. All inquiries must be directed to both Michael Lang and Contracting Officer Jossie Washington.
Additional Notes
This notice is for market research purposes only and is not a request for competitive proposals. The government will use responses to determine if a competitive procurement is viable. Responding is not a prerequisite for future eligibility, but the information provided is highly valued for acquisition strategy finalization. Proprietary data will be protected.