SOLICITATION NOTICE
66 -- Digital Height Gage
- Notice Date
- 5/16/2012
- Notice Type
- Presolicitation
- NAICS
- 332212
— Hand and Edge Tool 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, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-12-T-0197
- Archive Date
- 6/13/2012
- Point of Contact
- Sesky A Paul, Phone: 732-323-2705
- E-Mail Address
-
sesky.paul@navy.mil
(sesky.paul@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division, Lakehurst New Jersey has a requirement for the following items in support of the NAVAIR Metrology and Calibration METCAL Program: One ( 1) DHG25, Digital Height Gage, two (2) SS81A1X, Gage Block Sets Master Grade Calibration, four (4) SS88A1X, Gage Block Sets Master Grade Calibration, one (1) SS8A1X, Gage Block Set Master Grade Calibration and two (2) SS8AAX Gage block Sets Master Grade Calibration. This purchase represents the acquisition of a height gage and machined block sets used to verify the accuracy of physical measurement standards. These standards are tested, certified and qualified to provide the measurement accuracies required to calibrate high end measurement support equipment. They are part of a calibration system, which must interface with up to 12 other standards in servicing the workload. These standards are tested, certified and qualified to provide the measurement accuracies required to calibrate high end measurement support equipment. The current workload utilizes (13) Laboratory Calibration Procedures LCPs and (86) system use procedure. Additional requirements are as follows: Manufacturer extended warranty with warranty certificate and affixed warranty sticker; Mfr. Calibration and calibration sticker (as applicable) or Certificates of Conformance; units shall be serialized; units shall have a UID Label applied per DFAR 252.211-7003; and Operating and Servicing Manual and/or data sheets shall be provided with each unit. L. S. Starrett Company of Westlake, Ohio is the Original Equipment Manufacturer (OEM) for the identified system. As such they can guarantee the equipment meets the original performance characteristics, design features and operational instructions that the ICPs were written to. Replacement of these units with new models would require accuracy certification, procedure re-writes and QA bench test of the re-written calibration procedures. The Government does not own any data, or other specifications to permit full and open competition. The Government intends to procure the above items under the authority of 10 USC 2304 (c) (1), as implemented by FAR 6.302-1. This notice of intent is not a request for competitive proposals. However, all responses received within ten (10) days after the date of publication of this synopsis will be considered by the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-T-0197/listing.html)
- Place of Performance
- Address: Commander NAVAIR CAL STDS, Bldg. 612, Bay 9, MCAS, Beaufort, South Carolina, 29904, United States
- Zip Code: 29904
- Zip Code: 29904
- Record
- SN02749656-W 20120518/120517000016-837567a8ce7b985095b76edcb945108e (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 |