Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2017 FBO #5860
MODIFICATION

66 -- Eddy Current Testing System

Notice Date
12/7/2017
 
Notice Type
Modification/Amendment
 
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, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-17-R-0430
 
Archive Date
1/20/2018
 
Point of Contact
John C. Murtagh, Phone: 7323235283, Alan McCarty,
 
E-Mail Address
john.c.murtagh@navy.mil, alan.mccarty@navy.mil
(john.c.murtagh@navy.mil, alan.mccarty@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division Lakehurst, NJ (NAWCADLKE) intends to award a fixed price IDIQ contract for spare parts for portable, microprocessor-based Eddy Current Testing (ET) Systems on a sole source basis with Olympus America Inc., Waltham, MA. The Government does not own the technical data package to compete the requirement for new production units in order to resolve parts obsolescence issues and mitigate impact to mission readiness. Olympus America is the OEM of the currently fielded Eddy Current Flaw Detector, Nortec 2000D+. This unit will not be supported beyond 2020. The replacement model number of the Nortec 2000D+ is the Nortec 600D. The Nortec 600D is capable of being a drop in functional replacement for the Nortec 2000D+. In addition to the obsolescence issues, we are currently operating at a Fleet deficit which is impacting mission readiness. The Nortec 600D has already been evaluated and approved for Fleet usage by cognizant NDI FSTs. In addition to the FST evaluations already having been completed, the usage, setup parameters and screens can be made to mirror the Navy's current unit. This will enable current inspection procedures for each aircraft platform to be utilized without having to research, re-write and update all of the aircraft platform manuals. This will allow for "speed to the Fleet" and mitigate risk to operational readiness due to the estimated three year period required for research and update for each aircraft platform. Furthermore the sole source will avoid drastic cost with additional impact to schedule. Olympus America is the original designer, developer and manufacturer of the Nortec product line and is the only source with the requisite knowledge, experience and technical expertise to produce an operational drop- in replacement unit. NAWCADLKE intends to award this contract under the authority of 10 USC 2304 (C)(1), as implemented in FAR 6.302-1. Interested firms may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of 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. No solicitation will be available for this procurement. Contracting Office Address: Contracts Department Hwy. 547 Attn: B562-3C Lakehurst, New Jersey 08733-5083 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ seeks to identify potential sources for a portable, microprocessor-based Eddy Current Testing (ET) System. The ET System is used to locate surface or near-surface flaws in electrically conductive materials, measure coating thicknesses and conductivity. The ET System will be used onboard ships (above and below flight deck) as at shored based sites replacing the current unit (NORTEC 2000D+, P/N 9744836). The objective is to procure a modified COTS system that replaces the current eddy current units capable of operation within military shore-based and shipboard environments. The system will employ state of the art technology. All materials and components utilized shall be commercial-off-the-shelf (COTS) or non-developmental items. The ET System shall include, but not be limited to the following constraints: The ability to inspect for surface or near-surface flaws in electrically conductive materials, measuring coating thicknesses and conductivity. Display data in Impedance plane, Sweep, and Dynamic Bolt Hole Scanner Display modes. Provide probes configured for conductivity measurement (with standards), surface testing and bolt hole testing. Provide a non-indexing rotating probe scanner with variable rotating speeds from 600 to 3000 Revolution Per Minute (RPM). Frequency range: 60 Hz to 6 MHz (minimum range) Gain: at least 90 dB of amplification range for both the vertical (y) and horizontal (x) axis. Battery-operated with external charging capability. Minimum operating time of 6 hours per charge. Logistics: •a. System operation/maintenance is not to require any special tools •b. Full Logistics Support Package to include but not limited to: • i. Technical Manual • ii. Logistics Management Information • iii. Provisioning Technical Documentation • iv. Calibration Documentation 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 descriptions/materials, warranty information, testing documentation, brochures and/or any other documentation that describes their 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 points of contact, including a telephone number, e-mail address/web site, quantities sold along with dates sold, and a description of the unit(s). It is requested that information be submitted NO LATER THAN 02 October 2017 to Ms. Lisa Bethea, Naval Air Warfare Center Aircraft Division, Code 25212 B562-3, Route 547, Joint Base MDL, NJ 08733-5000. Ms. Bethea may be reached by electronic mail at: lisa.bethea@navy.mil or to Mr. Alan McCarty, by electronic mail at: alan.mccarty@navy.mil, reference N68335-17-R-0430 in correspondence. 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. Respondents are notified that a formal solicitation MAY NOT necessarily result from the RFI. The Government may or may not elect not to discuss submissions received in response to this RFI with individual responders. There is no requirement to respond to the RFI however, the Government places tremendous value on the information received and may utilize the information to finalize its acquisition strategy. Any comments provided may or may not be included in a formal solicitation. The Government WILL NOT PAY for any information received in response to this RFI nor will the Government compensate any respondent with costs incurred in developing the information provided to the Government. Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. NO FORMAL SOLICITATION EXISTS AT THIS TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0430/listing.html)
 
Place of Performance
Address: JB MDL, NJ 08733, United States
Zip Code: 08733
 
Record
SN04760300-W 20171209/171207231225-9e56431400444777215bfca7982ed4de (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.