Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
SOURCES SOUGHT

J -- Metrology, Test Measurement and Diagnostic Equipment (TMDE) calibration and repair services at the Navy’s Strategic Weapons Facilities in Kings Bay, GA and Bangor, WA

Notice Date
10/30/2014
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Strategic Systems Programs, 1250 10th Street, SE, Suite 3600, Washington, DC, District of Columbia, 20374-5127, United States
 
ZIP Code
20374-5127
 
Solicitation Number
N00030-16-R-0007
 
Archive Date
12/4/2014
 
Point of Contact
Teri Pearson,
 
E-Mail Address
teri.pearson@ssp.navy.mil
(teri.pearson@ssp.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Strategic Systems Programs Office, Washington Navy Yard, Washington DC is seeking qualified vendors to provide Metrology, Test Measurement and Diagnostic Equipment (TMDE) calibration and repair services at the Navy's Strategic Weapons Facilities in Kings Bay, GA and Bangor, WA. This is a Sources Sought to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond and provide comments for the information provided. DISCLAIMER : This sources sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). •I. DESCRIPTION OF REQUIREMENT : The Strategic Systems Programs office requires metrology, TMDE calibration and repair services. Services include actions necessary to manage, test, calibrate, repair, modify, certify, store, safeguard, transport, and perform traceable measurements through the SSP Navy Calibration Laboratories to the National Institute of Standards and Technology (NIST) or other SSP/Navy approved sources on TMDE. Contracted services will be performed at the Navy's Kings Bay GA and Bangor WA laboratory facilities utilizing Government furnished calibration standards. The contractor shall provide personnel, equipment, tools, materials, management, supervision, and all other items necessary to perform these services. The contractor will be responsible for recurring and nonrecurring services associated with becoming a qualified source. Contractor will be responsible for logistics, scheduling services, forecasting of parts, long-lead parts procurement, reparable forecasting, dealing with equipment obsolescence issues, shipment of higher echelon and vendor provided calibrations, calibration standards requirements and upkeep, data sheets, and pick-up and delivery of assets. The government is interested in companies which have provided and performed metrology, TMDE calibration and repair services for 10+ years with a positive performance record. Description of similar services completed by your company as a prime Contractor or as a significant subcontractor within the past ten (10) years, including all of the following information: •a) Proof of: •1. ISO/IEC 17025 Accreditation by National Voluntary Laboratory Accreditation Program (NVLAP), •2. Oxygen Instrument Cleaning Room and Technician Certification per MILSTD-1330D and •3. Critical Breathing Air Certification per MILSTD-1622 •b) Expert knowledge is required in all of the following types of calibration measurement areas: •1. Physical/Dimensional •a. Temperature •b. Humidity •c. Pressure •d. Vacuum •e. Torque •f. Force •g. Flow •h. Mass •i. Vibration •j. Shock •k. Dimensional •l. Optical •m. Tachometry •n. Fluids •o. Volumetric •p. Acoustic •q. Gas •r. Oxygen •2. Low Frequency Electronics •a. Ratio Transformers •b. Panel Meter Calibrators •c. Stroboscopes •d. Voltage Dividers •e. Oscilloscopes •f. Synchro Resolvers •g. AC/DC Voltage •h. AC/DC Current, •i. Impedance •j. Capacitance •k. Resistance •l. Phase •m. Radiation •n. Multimeters •3. High Frequency Electronics •a. Spectrum Analyzers •b. Scalar Network Analyzer •c. Power Meters •d. Counters •e. Radar Test Sets •f. Frequency Scopes •g. Time •h. Sensors •i. Sources •j. Passive •k. Photometry •l. Fiber Optics •m. Laser •n. Infrared •c) Proof of past experience to support a 10 day monthly average turnaround time •d) Description of ability to perform Exchange Pool Management Services: •1. Coordinates resolution of TMDE requirements and allowance problems •2. Acts as interface to resolve TMDE technical or calibration related issues with Exchange Pool TMDE •3. Coordinates exchange event scheduling and any other Fleet TMDE issues •4. Conducts refit recall planning for calibration exchanges •5. Maintains property control and accountability of exchange pool equipment •6. Manage and maintain exchange pool customer recall database •7. Manage Inventory •8. Maintain awareness of SSBN/SSGN schedules using SIPRNET •9. Plan Off-load/On-load using fleet dates •10. Conduct crew training at the start of each refit •11. Pack equipment for Exchange and Perform Staging of Exchange Pool Equipment for Pick-Up and Delivery efforts •12. Transport equipment to submarine for Exchange •13. Conducts physical exchange of scheduled and emergent TMDE •14. Ensures custody transfer by signature control •15. Conduct Exchanges for ships in Engineered Refueling Overhaul (ERO) •16. Unpack and process equipment for calibration •17. Performs coordination efforts with other Government Agencies for Exchange Pool Related tasks •e) Previous Contracts Information: •1. Brief description of the technical requirements of the services provided; •2. Dollar amount of the contract and contract type (e.g., firm-fixed-price, labor-hour, time-and-materials; cost-plus-fixed-fee, cost-plus-award-fee, cost-plus-incentive-fee, etc.) •3. Contract period of performance from start to finish; •4. Number of Contractor employees and, if applicable, subcontractor full time equivalents were required to perform the work; •5. Name, address, point of contact and phone number of customer organization for which the work was done. Interested vendors must have experience with each of the above types of calibrations, with the ability to perform calibrations in place and maintain an exchange pool of equipment to guarantee a 95% fleet readiness level. Interested vendors must provide information which validates a proven track record of providing high volume and time critical calibrations. The Contractor Employees must be able to obtain a clearance of SECRET. ELIGIBILITY : The applicable NAICS code for this requirement is 811219. The Product Service Code (PSC) is J099. SUBMISSION DETAILS : Interested businesses should submit a brief capabilities statement package (no more than twenty 8.5 X 11 inch pages in length, 12 point font minimum with ½ inch minimum margins) demonstrating ability to perform the services listed in this Sources Sought. This documentation must address, at a minimum, the following: •1. Company Name; Company Address; Cage Code; DUNS number; Point-of-Contact (POC) name, phone, fax number, and e-mail address. •2. In your response, please include Company Size (Small or Large according to the NAICS 541330 size standard $38.5M) •3. If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. The capability statement package shall be submitted by mail to Department of the Navy, Strategic Systems Programs, 1250 10 th Street SW, Suite 3600, Washington Navy Yard, DC 30374-5127, ATTN: Teri Pearson, SPN207, Sr. Contract Specialist or by email to Teri.Pearson@ssp.navy.mil. Responses shall be received at this office no later than 12:00 p.m. Eastern Time on 19 November 2014 and reference this synopsis number on both the mailing envelope as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-16-R-0007/listing.html)
 
Place of Performance
Address: Kings Bay GA and Bangor WA, United States
 
Record
SN03562366-W 20141101/141031000546-029dd124de6d532ee48d5f3f710d03dd (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.