X-ray Computed Tomography Cabinet System
Combined Synopsis Solicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 27, 2026. Industry: NAICS 541380 • PSC 6635.
Market snapshot
Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541380
Description
THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties, however, may identify their interest and capability by responding to the requirement. The Government will consider all information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract modification based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. Responses shall be made in writing by email.
PROGRAM BACKGROUND AND REQUIRED CAPABILITIES
The Naval Air Warfare Center - Aircraft Division (NAWCAD) Procurement Group, Patuxent River, MD on behalf of the Non-destructive Inspection Branch of the Air Systems Group (ASG), announces its intention to award a sole source contract for the acquisition of a large format X-ray Computed Tomography Cabinet System. This system must be capable of scanning parts up to 800mm (~31.5”) in diameter and 1415mm (~55.5”) tall OR larger in height with two x-ray tubes, one capable of up to 225kV and the other capable of up to 450kV. The 450kV tube must be capable of holding an X-ray focal spot size of 150μm or less at 450 Watts. The system must have both a Varex 4343N digital detector array and a curved linear diode array detector along with an uninterruptable power supply. The following computers and software are required: an acquisition computer with acquisition software and two reconstruction/analysis computers with reconstruction and Volume Graphics VG Studio MAX analysis software. The Vendor must also install the X-ray CT System on site and verify that it works as intended and meets all applicable radiation safety codes and specifications. The X-ray CT System will also come with on-site and Vendor-site training classes, all relevant warranties, and a One (1) year service maintenance contract. This system will be used by the Non-destructive Inspection Branch to perform research on new materials and new manufacturing methods, be able to identify the root cause of mishaps through Engineering Investigations and determine Airworthiness/Safety of Flight.
ELIGIBILITY
This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of solicitations. The results of the Sources Sought will be utilized to determine if any Small Business opportunity exist for the sole source procurement of this X-ray Computed Tomography Cabinet System.
The Product Service Code (PSC) for this requirement is 6635 Physical Properties Testing and Inspection. The North American Industry Classification System (NAICS) Code is 541380 Testing Laboratories and Services. All eligible parties are encouraged to respond.
ANTICIPATED PERIOD OF PERFORMANCE
The anticipated Period of Performance for this acquisition is Two (2) years; Including Installation and Testing of the X-ray Computed Tomography Cabinet System software and hardware, accompanying training courses, and a One (1) year of system service and maintenance. The anticipated Period of Performance is open to revision prior to the finalization of this requirement.
ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be a combination of performance-based Firm-Fixed-Price (FFP) and a non-performance-based Cost-Plus-Fixed-Fee (CPFF). The anticipated contract type is open to revision prior to the finalization of this requirement.
SUBMITTAL INFORMATION
1. It is requested that interested businesses submit a brief capabilities statement package to the NAWCAD Procurement Group demonstrating their capabilities in meeting the requirements outlined above. Responses will be capped at no more than ten (10) pages in length, with a page defined as a single sided 8.5" by 11" page using 1”-inch margins from each edge. Responses must be submitted in Times New Roman, font size 12.
2. All responses must include the Sources Sought Notice name/number, company name, company address, company business size, and points of contact including names and email addresses.
3. Responses shall be submitted via email to the Contract Specialist, Michael Lang at michael.j.lang92.civ@us.navy.mil.
4. Responses must be received at the email address above no later 2:00 p.m. Eastern Standard Time (EST) on 27 February 2026.
5. The information shall be submitted as UNCLASSIFIED.
6. No phone calls will be accepted.
7. All questions or inquiries regarding this notice must be directed to both the Contract Specialist, Michael Lang at michael.j.lang92.civ@us.navy.mil, and the Contracting Officer, Jossie Washington at josephine.f.washington.civ@us.navy.mil.
8. The Government may elect not to discuss submissions received in response to this Sources Sought with individual responders. There is no requirement to respond to the Sources Sought to be eligible for this acquisition. However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in performing the requirement specified above.
9. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.