Search Contract Opportunities

Ultrasonic Immersion Tank Inspection System (REV2)

ID: COMBO-AFRL-PZLEQ-2025-0001 • Type: Synopsis Solicitation

Description

Posted: Nov. 4, 2024, 9:54 a.m. EST

GENERAL STATEMENT:

This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein.

SOLICITATION INFORMATION

Solicitation Number: COMBO-AFRL-PZLEQ-2025-0001

[X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB)

REGULATION IDENTIFICATION:

This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 Effective 30 Dec 2022.

NOTICE OF SMALL BUSINESS SET-ASIDE:

Set-aside Type

Small Business

NAICS Size Standard

1,000 Employees

LISTING/DESCRIPTION OF ITEMS:

CLIN

0001

DESCRIPTION

Ultrasonic Immersion Tank Inspection System

  • System use includes but not limited to ultrasonic transducers, pulser receivers, digitizer, software, and associated accessories.
  • Ultrasonic Immersion Scanning Acoustic Microscope support the acquisition and analysis of Ultrasonic A-Scan, B-Scan, and C-Scan data; measurement of deformation, delamination, and material defects; and growth tracking.

System Requirements:

Hardware

5 Axis Linear Servo

500 mm/s scan velocity

Step/ Focus axis 20-micron resolution

Scan envelope 4 ft x 3 ft x 2 ft (XYZ)

8-bit digitizer for data acquisition

Pulser receiver

LED monitors

PLC controller

Motorized Gimbal Swivel

5MHz Transducer

Software

Integrated software with all features unlocked, and will support the contour following, along with post-processing of all scan data

High clarity & high contrast images/ scans

Warranty and Support

One year warranty on parts and labor (excluding transducers)

Minimum 2 days of install and training on-site

QTY

1

UNIT

Each

DELIVERY INFORMATION:

FOB: [X] Destination

[ ] Origin

Place of Delivery:

2790 D Street

Area B, Building 65

WPAFB, OH 45433

Requested Date of Delivery:

16 Weeks ARO

INSTRUCTIONS TO OFFERORS:

The provision at FAR 52.212-1, Instructions to Offerors Commercial (Jun 2020), applies to this acquisition.

Addenda:

N/A

EVALUATION OF OFFERS:

The provision at FAR 52.212-2 , Evaluation -- Commercial Items (Oct 2014), will be used to evaluate quotes received.

The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The following factors shall be used to evaluate offers:

Lowest Price Technically Acceptable

(1) Price

(2) Technical Acceptability

(a) In order for this quote to be considered Technically Acceptable it must meet all specification requirements in the attached Minimum Requirements document.

Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror's proposal.

The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it's determined to be in the best interests of the Government.

OFFEROR REPRESENTATIONS AND CERTIFICATIONS:

Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021), with your quote.

  • If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.
  • If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted.

CONTRACT TERMS & CONDITIONS:

The clause at FAR 52.212-4 , Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.

Addenda:

N/A

REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:

The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2021), applies to this acquisition.

The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition:

Clause Number

Clause Title

FAR 52.219-6

Notice of Total Small Business Set Aside

FAR 52.219-28

Post Award Small Business Program Representation

FAR 52.222-3

Convict Labor

FAR 52.222-19

Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-21

Prohibition of Segregated Facilities

FAR 52.222-26

Equal Opportunity

FAR 52.222-50

Combating Trafficking in Persons

FAR 52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.225-1

Buy American--Supplies

FAR 52.225-13

Restrictions on Certain Foreign Purchases

FAR 52.232-33

Payment by Electronic Funds Transfer- System for Award Management

ADDITIONAL CONTRACT REQUIREMENTS:

(1) Offeror shall include all warranty requirements and documentation with quote.

(2) Offerors shall identify how long the quote is valid.

Additional provisions and clauses applicable to this requirement:

Type

Number

Title

Clause

FAR 52.203-19

Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

Provision

FAR 52.204-7

System for Award Management

Clause

FAR 52.204-13

System for Award Management Maintenance

Clause

FAR 52.209-6

Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

Clause

FAR 52.232-39

Unenforceability of Unauthorized Obligations

Clause

FAR 52.232-40

Providing Accelerated payments to Small Business Subcontractors

Clause

FAR 52.246-16

Responsibility for Supplies

Clause

FAR 52.247-34

F.O.B. Destination

Provision

FAR 52.252-1

Solicitation Provisions Incorporated by Reference

(Fill-in Text)

https://www.acquisition.gov/

Clause

FAR 52.252-2

Contract Clauses Incorporated by Reference

(Fill-in Text)

https://www.acquisition.gov/

Clause

DFARS 252.203-7000

Requirements Relating to Compensation of Former DoD Officials

Clause

DFARS 252.203-7002

Requirement to Inform Employees of Whistleblower Rights

Provision

DFARS 252.203-7005

Representation Relating to Compensation of Former DoD Officials

Clause

DFARS 252.204-7003

Control of Government Personnel Work Product

Provision

DFARS 252.204-7004, Alt A,

System for Award Management Alternate

Clause

DFARS 252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

Clause

DFARS 252.211-7003

Item Unique Identification and Valuation

Clause

DFARS 252.223-7008

Prohibition of Hexavalent Chromium

Clause

DFARS 252.225-7001

Buy American and Balance of Payments Program

Clause

DFARS 252.225-7002

Qualifying Country Sources as Subcontractors

Clause

DFARS 252.225-7048

Export-Controlled Items

Clause

DFARS 252.232-7003

Electronic Submission of Payment Requests

Clause

DFARS 252.232-7006

Wide Area Workflow Payment Instructions

Clause

DFARS 252.232-7010

Levies on Contract Payments

Clause

DFARS 252.225-7012

Preference for Certain Domestic Commodities

Clause

DFARS 252.243-7001

Pricing of Contract Modifications

Clause

DFARS 252.244-7000

Subcontracts for Commercial Items

Clause

AFFARS 5352.201-9101

Ombudsman

(Fill-in Text)

Ombudsman: AFRL/PK Director

Alternate Ombudsman: AFRL/PK Deputy Director

1864 Fourth St

Wright-Patterson AFB OH 45433-7130

937-904-9700

Afrl.pk.workflow@us.af.mil

DPAS APPLICABILITY:

This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).

SOLICITATION CLOSING INFORMATION:

Quotes are due by: 04 November 2024, @ 4:00 PM ET.

Quotes must be received by the closing date stated above. Submit quotes by email.

POINT OF CONTACT:

The point of contact for this acquisition for any questions and for submission of quotes is:

Name: Mike Hornberger

Title: Contract Specialist

Phone #: (937) 713-0549

Email: michael.hornberger.1@us.af.mil

Posted: Oct. 16, 2024, 9:02 a.m. EDT
Posted: Oct. 4, 2024, 9:17 a.m. EDT
Posted: Oct. 3, 2024, 7:34 a.m. EDT
Posted: Oct. 1, 2024, 10:13 a.m. EDT
Background
This solicitation is issued by the Air Force Research Laboratory/PZLEQ, located at Wright-Patterson Air Force Base, Ohio. The goal of this contract is to acquire an Ultrasonic Immersion Inspection System that will be utilized for research and development of composite aircraft materials currently being tested in their laboratories. The system will support the acquisition and analysis of ultrasonic data to measure material defects and track growth.

Work Details
The contract includes the provision of one Ultrasonic Immersion Inspection System with the following specifications:

- **System Use**: Includes ultrasonic transducers, pulser receivers, digitizer, software, and associated accessories.

- **System Requirements**:
- **Hardware**:
- 5 Axis Linear Servo
- 500 mm/s scan velocity
- Step/Focus axis – 20-micron resolution
- Scan envelope: 4 ft x 3 ft x 2 ft (XYZ)
- 8-bit digitizer for data acquisition
- Pulser receiver
- LED monitors
- PLC controller
- Motorized Gimbal Swivel
- 5MHz Transducer

- **Software**:
- Integrated software with all features unlocked, supporting contour following and post-processing of all scan data.
- High clarity & high contrast images/scans.

- **Warranty and Support**:
- One year warranty on parts and labor (excluding transducers).
- Minimum of 2 days of installation and training on-site.

Period of Performance
Requested date of delivery is 16 weeks after receipt of order (ARO).

Place of Performance
2790 D Street, Area B, Building 65, Wright-Patterson Air Force Base, OH 45433.

Overview

Response Deadline
Nov. 6, 2024, 4:00 p.m. EST (original: Nov. 1, 2024, 4:00 p.m. EDT) Past Due
Posted
Oct. 1, 2024, 10:13 a.m. EDT (updated: Nov. 4, 2024, 9:54 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Wright Patterson AFB, OH 45433 United States
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $1,500,000 (AI estimate)
Signs of Shaping
88% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 10/1/24 Air Force Research Laboratory issued Synopsis Solicitation COMBO-AFRL-PZLEQ-2025-0001 for Ultrasonic Immersion Tank Inspection System (REV2) due 11/6/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334519 (SBA Size Standard 600 Employees) and PSC 6635.
Primary Contact
Name
Mike Hornberger   Profile
Phone
(937) 713-0549

Secondary Contact

Name
Chris Stokes   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation COMBO-AFRL-PZLEQ-2025-0001

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation COMBO-AFRL-PZLEQ-2025-0001

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation COMBO-AFRL-PZLEQ-2025-0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation COMBO-AFRL-PZLEQ-2025-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE RESEARCH LABORATORY > FA2396 USAF AFMC AFRL PZL AFRL PZLE
FPDS Organization Code
5700-FA2396
Source Organization Code
500177443
Last Updated
Nov. 21, 2024
Last Updated By
michael.hornberger.1@us.af.mil
Archive Date
Nov. 21, 2024