Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2025 SAM #8717
SOLICITATION NOTICE

66 -- B-1 Borescopes

Notice Date
10/6/2025 1:14:35 PM
 
Notice Type
Presolicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
FA8125 AFSC PZIMA TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
A25-046
 
Response Due
10/7/2025 10:00:00 AM
 
Archive Date
10/22/2025
 
Point of Contact
Sheridan Robison
 
E-Mail Address
sheridan.robison@us.af.mil
(sheridan.robison@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Air Force intends to solicit the following supply: 76 AMXG requires the purchase of two (2) Waygate Technologies MViQ+ Enhance borescope kits or equal to include the following: The requested equipment item descriptions/specifications are outlined below. Quantity: 2 Borescope shall have interchangeable probes as follows: Forward, side, and 3D view probes will be needed. Sizes required: 4mm and 6mm At minimum, each probe shall have 105 degrees field of view. Borescope should have approximately 80 gigabytes of internal storage. Shall include interchangeable battery and charging set, along with direct powering via 110 volts Alternating Current (AC). Shall include a portable kit, including a carry-on case for the borescope system: System itself shall be reasonably easy to carry, with a weight of around 5 to 10 pounds. With the case, weight shall be around 20 to 25 pounds. The carry-on case shall include a telescoping pole kit to allow for hands free operations. A rigid sleeve to guide the flexible scope shall be included. The borescope system itself shall include hooks for mounting during use. Borescope system shall have an LCD screen that has WVGA or XVGA resolution. Screen shall be at least 4.3 inches diagonally. Screen shall have 5x zooming ability at minimum. Borescope shall have the ability to transfer stored data to external media. Borescope shall be capable of 3D panoramic imaging. System shall also come with any software package that is needed to use the 3D imaging and measurement features. System shall be able to create 3D images, with an optic that can also be used for inspecting the area of question, and have the following features for analyzing those images: Shall be able to measure length of lines drawn on image, both straight ones and multi-segmented lines. Shall have a function for planar area measurements via a custom outline on an image. Length measurements shall be accurate to �0.001 inches and �0.1 millimeters minimum, being able to use either measuring system as needed. Shall be able to measure angles between two intersecting lines drawn on images, along with two intersecting planes created in the imaging process. Angles shall be accurate to �1 degree minimum. Shall have a function able to identify holes/pits in images and take depth measurements accordingly. Shall have a function for recognizing missing corner defects in images, in particular for blade corners. The borescope shall have oscillating heads that allow the probes to be rotated a full 360 degrees. Borescope shall be compliant with MIL-STD-810H, particularly with laboratory test paragraphs501.7, 502.7, 506.6, 507.6, 509.8 (or 509.7 in older versions), 510.7, 511.7, 514.8, 516.8, 521.4, to remain functional when encountering environmental phenomena in its work environment. Borescope shall be compliant with MIL-STD-461G, particularly with paragraphs RS103 for abovedeck operations, and RE102 for below deck operations, to be reasonably non-susceptible to electromagnetic interference. A Firm Fixed Price type contract is contemplated. Estimated Period of Performance: 60 days ARO This is a small business set-aside Foreign Acquisition: No System for Award Management (SAM) is required to receive any award. Contractors can register electronically at https://www.sam.gov/portal/public/SAM/. The NAICS code for this requirement is 334519 with a size standard of 600 EMP. Interested persons may identify their interest and capability to respond to the requirement by submitting a proposal. Electronic procedures will be used for this solicitation through Beta.sam.gov at https://sam.gov/content/home. No telephone requests. See Note 22. Authority is 10 USC 2304 (c)(1). Foreign Participation: No For further information contact: Sheridan Robison Contracting Officer
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ef6a690985c3452db382c1e547d5905c/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN07612933-F 20251008/251006230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.