SOURCES SOUGHT
H -- Laboratory Testing of Track Pads and Roadwheels
- Notice Date
- 2/10/2016
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
- ZIP Code
- 32407
- Solicitation Number
- N61331-16-T-0452
- Archive Date
- 3/2/2016
- Point of Contact
- Charlene A. Buduo, Phone: 8502344396
- E-Mail Address
-
charlene.a.buduo@navy.mil
(charlene.a.buduo@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Synopsis (SSS) is in support of market research being conducted by the Naval Surface Warfare Center, Panama City Division (NSWC PCD). This market research is being conducted to increase competition for this requirement by identifying potential sources and to gauge small business interest to determine whether or not this requirement can be satisfied with a Small Business Set-Aside. The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement. NSWC PCD intends to solicit for laboratory testing of rubber and polyurethane components used on the USMC M9 Armored Combat Earthmover (M9 ACE). The M9 ACE Track Pads and Roadwheels have performance failures which involve "chunking" of the materials. Qualified testing is required to identify root failure mode, and validate compliance to Government and industry specifications of the rubber Track Pads and polyurethane Roadwheels. Potential sources shall be capable of performing all tasks and provide all materials, equipment, hard tooling, personnel, and facilities required to conduct physical testing, analytical testing and report writing specified in the purchase order. Potential sources shall have a quality management system that is fully compliant with ISO 9001 for material testing. The testing Contractor shall provide proof of the following accreditations: American Association for Laboratory Accreditation (A2LA). The awardee will be required to deliver a final report in digital format within six months after award of the purchase order. The report shall include description of physical testing, pictures (where applicable), technical data, and a detailed summary of each test. The Government will provide four each Roadwheels and Track Pads to be utilized for testing. The NAICS is 541380 Testing Laboratories. The small business size standard is $15M. The Product/Service Code is H223 Equipment and Materials Testing Services/Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles. Request for Statement of Capability (SOC): All interested firms shall submit their SOC to the Contracting POC listed below NLT close of business on 16 February 2016, All SOCs shall be UNCLASSIFIED. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and SEGREGATED. The SOC is limited to 10 pages, single spaced, 12-point Times New Roman font. The SOC shall demonstrate the following: a. Evidence of quality management system that is fully compliant with ISO 9001 for material testing b. Provide proof of the following accreditations: American Association for Laboratory Accreditation (A2LA) c. Capability to perform testing to determine if the material was manufactured in accordance with the Government and industry standards. Additional testing is required to insure the manufacturer's material was properly mixed, and has good dispersion. Destructive testing of the Government furnished material is allowed. The Contractor shall use the guidance of ASTM D2240, ASTM D412, ASTM D1938 and ASTM D2632 in conducting the tests. The SOC shall also include: a. CAGE CODE b. Size Status under NAICS 541380 (size standard $15M) c. Whether they are/are not a small business; HUBZone; Service-Disabled, Veteran-Owned; Veteran Owned; Small Disadvantaged 8(a); Historically Black College or University; and/or Woman-Owned firm d. If applicable, appropriate GSA Schedule Contract Number and what Special Item Number(s) (SINs) potential work would be proposed under e. If applicable, other government contracts under which this work can be performed. Please include contract number, name, and Government POC including email and phone number The contracting point of contact for this action is Charlene Buduo, email: charlene.a.buduo@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a3f3590e5acb7f717287a9e2e3a20a82)
- Place of Performance
- Address: Contractor site, United States
- Record
- SN04016159-W 20160212/160210234327-a3f3590e5acb7f717287a9e2e3a20a82 (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 |