Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SOURCES SOUGHT

66 -- Laser Measuring Machine

Notice Date
2/15/2018
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
1300686081
 
Archive Date
3/17/2018
 
Point of Contact
Travora R. Levasseur, Phone: 3017571943, Sotanya Rushing, Phone: (301) 757-7057
 
E-Mail Address
travora.levasseur@navy.mil, sotanya.rushing@navy.mil
(travora.levasseur@navy.mil, sotanya.rushing@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Information Solicitation: 1300686081 Source Sought - Laser Measuring Machine Agency/Office: Naval Air Systems Command Location: Naval Air Warfare Center Aircraft Division Patuxent River Title: Sources Sought for Laser Measuring Machine INTRODUCTION The NAVAIR Metrology and Calibration (METCAL) team (4.1.12) at Patuxent River, Maryland is requesting information and conducting market research to identify and determine if there are potential sources, which have the capabilities to provide Calibration Standards (CALSTDs) and ancillary equipment for Aviation Fleet Intermediate Calibration Activities, Fleet Training Activities and Aviation Navy Calibration Laboratories (NCLs) to support Aviation Organizational and Intermediate (I) level maintenance assets. This Sources Sought is for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the Government. There is no solicitation package available at this time. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible sources capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The appropriate Product Service Code (PSC) is 6635. The NAICS for this requirement is 334516 with a size standard of 500 employees. All interested and eligible businesses are encouraged to respond. The Government is not obligated to, and will not pay for, any information received from potential sources as a result of this sources sought announcement. SCOPE The contractor shall provide the following equipment: P/N LMM-1219 48"/1200mm LASER MEASURING MACHINE QTY 2 To include the following: a) Granite table and stand b) Keysight linear laser transducer system c) Computer with LCD d) Adjustable pressure tailstock e) Carbide tipped anvils f) Elevating table (single axis) g) Flatten cylinder h) 4 cylindrical supports i) Tool kit to include a. Lap b. Lapping compound c. Brush d. Ball tester j) Calibration certificate k) Heavy duty shipping crate l) Factory set up & onsite training m) 302558 Extra Flatted Cylinder x2 n) U302590 Elevating Table (single axis) x2 o) U307816 Elevating Table (dual axis; large surface area with t-slots) x2 p) U308400 Quick Table Clamp (each) (used with dual axis table only) x2 q) U307774 Roller Vee (each) x2 r) U302595 Magnetic Wire Holders x2 s) PWI-10751D Air Sensor w/15 meter cable x2 t) PWI-10757F Material Sensor w/25 meter cable x2 u) D10063012 USB Sensor Hub x2 v) U307417 Color Printer with Cable x2 w) D10501027 Flat Panel/LCD Stand x2 x) S303573 Dial Indicator Bracket x2 y) U307528 Thread-Micrometer Standard Measuring Kit x2 z) U307574 Spherical Adapters - Ball diameter 0.375" (9.5mm) x2 aa) U307798 Sine Block Fixture 0.06 to 3 inch (measuring taper pipe threads) x2 bb) U308047 Sine Block Kit (> 3 inch) x2 cc) U308020 Master Cylinders: 0.125" & 0.75" x2 dd) 302660 Wood Bed Way Cover 15" (381mm) x2 REQUIREMENTS 1. Mfr. one year warranty with sticker affixed to each unit plus a warranty certificate. 2. Calibration Certificate and calibration sticker (as applicable for each unit) 3. Units shall be serialized. 4. Units (over $5,000) shall have an IUID Label applied per DFAR 252.211-7003. 5. Manufacturer's Standard Operating and servicing manuals (CD version acceptable) shall be provided with each unit. The DFARS clause listed below must be referenced in all contracts and the manufacturer made aware that the use/reproduction of tech data/manuals (for government use only) will follow DFARS SUBPART 227.71 - Rights in Technical Data 6. Shipping instructions are as follows: a. Destination: i. First unit to be delivered to: (UIC: N65888) NAVAIR North Island, NPSL ATTN: Al Teruel CODE 4.1.12., BLDG. 469 South, DispatchB-9 San Diego, CA 92135-7058 PH: 619-545-2857 ii. Second unit to be delivered to: COMMANDING OFFICER UIC: N65886 SOUTHEAST REGIONAL CALIBRATION CENTER CODE 63211 POC Isaac Rector 904-790-5864 DSN 690 FRCSE AVIONICS BLDG. 101U NAS JACKSONVILLE, FL 32212 b. All items shall be packaged IAW best commercial practice. c. Mark all packaging with the contract number. 7. Delivery shall be no later than 16Weeks after award of contract and shall be absolutely no later than 01 June 2018 8. Vendor must provide the exact Brand Name (new condition) and versions of each item as outlined in the "Scope" above (NO SUBSTITUTIONS ALLOWED). PRODUCT MUST BE TRADE AGREEMENT ACT (TAA) COMPLIANT (19 U.S.C. & 2501-2581). SUBMISSION DETAILS (CABILITIES STATEMENT) Interested businesses shall submit responses electronically to the Contract Specialist, Travora Levasseur, in Microsoft Word or Portable Document Format (PDF) at Travora.levasseur@navy.mil no later than 2:00 pm Eastern Standard Time on 02 March 2018. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this source sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested Businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11inch pages in length with font no smaller than 10 point) demonstrating the ability to perform the services listed in this notice and draft PBSOW. Vendor responses shall include the following administrative information: 1. Company Name, Company Address, and Points of Contact including name, telephone number, fax number, and email address. 2.Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 3. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein. 5. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified. 6. Statement regarding capability to obtain the required industrial security clearances for personnel. 7. Company's ability to perform more than 50% of the work 8. Company's ability to begin performance upon contract award. The capability statement package shall be sent by email to Travora.levasseur@navy.mil. Submissions must be received at the office cited no later than no later than 2:00 pm Eastern Standard Time on 02 March 2018. Questions or comments regarding this notice may be addressed to Travora Levasseur via email at Travora.levasseur@navy.mil. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/1300686081/listing.html)
 
Record
SN04824671-W 20180217/180215231707-46cef3924116111bbbe4aa5131528139 (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.