Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2006 FBO #1794
SOURCES SOUGHT

66 -- Ultrasonic Flaw Detector Set

Notice Date
10/23/2006
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-07-R-0008
 
Response Due
11/6/2006
 
Archive Date
11/21/2006
 
Description
REQUEST FOR INFORMATION (RFI) ULTRASONIC FLAW DETECTOR SET The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ seeks to identify potential sources for an Ultrasonic Flaw Detector Set. Ultrasonic Testing (UT) is a Nondestructive Testing (NDT) technique that allows for flaw detection and thickness measurement sensitive to both surface and subsurface discontinuities. UT will be used onboard ships (above and below flight deck) as well as at shore based sites replacing the current Ultrasonic Flaw Detector Set (Model USN 52). The UT test set shall include but not limited to: 1. Portable and lightweight ? Maximum of 7.0 pounds with batteries installed 2. Not to exceed 480 cubic inches with one dimension no longer than 12 inches 3. Rechargeable commercially available battery packs 4. Internal and external battery chargers 5. Minimum of 8 hours battery operating time 6. Operating power requirements: minimum 115/220 VAC, 50 and 60 Hz 7. Variable repetition rate control 8. Variable Pulse Repetitive Frequency (PRF) 9. A minimum of 2 flaw gates 10. Thickness measurement 11. Tuning for narrow bandwidth 12. VGA output 13. Analog output 14. Frequency Range Minimum 0.25 - 20Mhz 15. Gain, maximum 110 dB in selective steps 16. Range, minimum of 200 inches of steel 17. Test Mod: Pulse-Echo and Through-Transmissions 18. Square wave and spike pulse 19. Display ? minimum 16 sq. inches with optimum visibility in direct sunlight 20. Resolution, 240 x 400 pixels 21. Noise Rejection, 0 - 80% full screen 22. Data Log Storage, minimum 200 test setup 23. Data Logger Storage for thickness reading 24. Training of inspection personnel 25. System warranty 26. Preventative maintenance procedures 27. Tech manual that covers theory of operation and contains schematics, illustrations and procedures necessary for maintenance, troubleshooting and repair 28. Selectable damping 29. Above Deck Carrier Environment a. MIL-STD-461E: CE102, CS101, CS114, CS116, RE101, RE102, RS101 RS103 b. MIL-STD-810F: Temperature Operating and Storage, Vibration Drop Test, Sand, Water Intrusion Humidity Interested companies are requested to provide information on products/services similar in scope and effort. Respondents to this RFI may provide catalogs, drawings/illustrations, technical manuals, training description/material, warranty, testing documentation, brochures and/or any other documentation that describes the capability to design, develop, manufacture and support an effort of the type described herein. In addition, it is requested that respondents identify government and/or commercial customers to whom same or similar equipment has been delivered. Provide customer point of contact, including a telephone number, e-mail address or web site, quantities sold along with dates sold, and a description of the unit(s). This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute a request for proposal. This announcement is not a formal solicitation and is not a request for proposal. No contract will be awarded from this announcement. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the government. No reimbursement will be made of any costs to provide information in response to this announcement or any follow-up information requests. Availability of any formal solicitation will be announced under a separate Commerce Business Daily announcement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. Each response must reference the ?sources sought? title. Responses should be sent to Naval Air Warfare Center Aircraft Division, Lakehurst, NJ, Attn: Code 25212JW, Hwy 547, Lakehurst, NJ 08733. Ms. Jane Worley is the point of contact for this ?sources sought? notice and can be reached at telephone (732) 323-7509 and e-mail address jane.worley@navy.mil. Responses must be received in writing no later than 6 November 2006, by 4 pm EST.
 
Record
SN01169588-W 20061025/061023230431 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.