Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOURCES SOUGHT

H -- TESTING SERVICES

Notice Date
12/9/2011
 
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
SPM-7XX-11-R-XXXX
 
Archive Date
1/5/2012
 
Point of Contact
Amy E Schultz, Phone: 6146921782
 
E-Mail Address
Amy.Schultz@dla.mil
(Amy.Schultz@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice : TESTING SERVICES for Defense Logistics Agency Land & Maritime Supply Chain Items 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), Reverse Engineering (general services & support testing), Customer Quality Complaint Investigations (PQDRs) The various testing requirements will generally fall within 3 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 compliment 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 compliment 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, and is NOT categorized as a Reverse Engineering Project. 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 3. Reverse Engineering Services (as directed) - These services will be performed per MIL HDBK 115, to provide ANSI Y 1.5, level III, adequate drawings for manufacture. Drawing format shall follow US Government provided formats. Validation of the Reverse Engineering Drawing/TDP may be required by the submittal of a prototype of the item. Contractor may have to demonstrate that the prototype conforms to all physical, material, and quality assurance requirements provided on the Reverse Engineering Draft Drawing/TDP. · 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 Vendors who are qualified in performing ANY of these testing categories should contact Amy Schultz @ Amy.Schultz@dla.mil or phone (614) 692-1782. 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, facsimile number, and a description of any experience with the above test categories). All responses should be received NLT December 21, 2011
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM-7XX-11-R-XXXX/listing.html)
 
Record
SN02637035-W 20111211/111209234506-179eec41a470f41e0bb22baacc4e8116 (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  © 1994-2020, Loren Data Corp.