SOURCES SOUGHT
99 -- TESTING SERVICES for various Defense Logistics Agency Land & Maritime Supply Chain Items - Draft PWS- 18-R-0048
- Notice Date
- 2/6/2018
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX18R0048
- Archive Date
- 3/30/2018
- Point of Contact
- Brandy Warner, Phone: 614-692-5024
- E-Mail Address
-
brandy.warner@dla.mil
(brandy.warner@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement (PWS) TESTING SERVICES for various Defense Logistics Agency Land & Maritime Supply Chain Items. THIS IS NOT A SOLICITATION NOTICE. The Defense Logistics Agency (DLA) Land and Maritime is issuing an sources sought notice for the successor solicitation to current contract SPE7MX-15-D-0155 and is scheduled to expire in September 2018. A draft performance work statement is included, see attachment to this synopsis. Your comments on the draft performance work statement are welcome and should be included with your response. Vendors who are qualified in performing these testing categories should contact Brandy Warner @ Brandy.Warner.mil. Vendors are encouraged to send in a brief summary of their company's capabilities, all technical qualifications/certifications currently held, and company history/information (to include CAGE Code, contact, address, e-mail address, telephone, and a description of any experience with the below test categories). All responses should be received NLT Wednesday February 28, 2018. The DLA Land & Maritime Supply Chain is seeking information on potential sources that have the required skills and technical capabilities for performing various types of testing, including the following: Government First Article (GFAT) Production Lot Testing (PLT) Customer Quality Complaint Investigations (PQDRs) The various testing requirements will generally fall within 2 major categories: 1. Bomb Release Units (BRU's) and BRU components (i.e., ballistic and non-ballistic ejection testing, dynamic load, electromagnetic compatibility, high-G release, static load, etc.). Contractor MUST have access (within 30 days) to bomb racks, and will be required for most of the tests to possess a Military Ammunition Storage license. The facility must also possess: •· Ability to perform ballistic ejection testing (including a full complement of instrumented test stores required to measure event duration parameters that normally do not exceed 100 milliseconds) •· Ejection testing capability (non instrumented) at a rate of 10 ejections/hour •· Have a full complement of non instrumented stores (simulated bomb weights of 250, 500, 1000, 2600, and 3575 pounds) •· Provisions to store Class C explosives (impulse cartridges) •· Fully automated specialized test equipment capable of performing endurance testing on various bomb rack electrical solenoids and motors 2. Non-Bomb Release Units (Non-BRU) -To include all other items NOT categorized as a Bomb Release Unit or component. Historically, these tests consist of gear profile testing and include the utilization of a master gear. Special Testing, as directed, may also include investigation of PQDR complaints •· All test setups and procedures will be the responsibility of the test facility •· Contractor will be required to provide estimates, subsequent actual cost, and various other notifications throughout the testing process by electronic means (i.e., when the lab is in receipt of the item, the start of the testing, the completion date, actual cost submittal, final inspection results, test reports, etc.). •· Contractor must be able to operate in a Microsoft Office and/or AutoCad environment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7MX18R0048/listing.html)
- Place of Performance
- Address: DLA Land & Maritime, 3990 E Broad St, Columbus, Ohio, 43218, United States
- Zip Code: 43218
- Zip Code: 43218
- Record
- SN04812668-W 20180208/180206232003-5652e50082c6a77bdec0ea9717fa177e (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 |