SOLICITATION NOTICE
H -- Testing & Engineering Services
- Notice Date
- 2/14/2012
- Notice Type
- Presolicitation
- 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
- SPM7MX-12-R-0055
- Archive Date
- 3/5/2012
- 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
- The DLA Land & Maritime Supply Chain is planning to issue solicitation SPM7MX-12-R-0055 for various testing & engineering services in the below categories. The test lab (offeror) must have adequate skills and technical capabilities for performing various types of testing, as will be described in the solicitation. Categories of testing may include Government First Article (GFAT), Production Lot Testing (PLT), Reverse Engineering, and Customer Quality Complaint Investigations. 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 to bomb racks, and will be required to possess a Military Ammunition Storage license. The facility must also possess additional requirements as listed in the solicitation, such as the following: · 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 Product Quality Deficiency Report (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. A ll responsible sources may submit an offer/quote which shall be considered. Solicitation will be full/open. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial service within 15 days of this notice. T he solicitation will be available on the Internet at https://www.dibbs.bsm.dla.mil/ after the issue date of on/about February 29, 2012. The Small Business size standard is over $12 million annually for NAICS 541380. The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed 3 years (1 year base, 2 option years). The solicitation will be issued as Unrestricted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPM7MX-12-R-0055/listing.html)
- Record
- SN02674820-W 20120216/120214235253-aea07bb887be95ddec64a6e800dcb8dc (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 |