SOURCES SOUGHT
J -- Sources Sought for Preventative Maintenance and Calibration of Instron Test Machines
- Notice Date
- 11/12/2014
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W31P4Q-15-T-0013
- Response Due
- 11/24/2014
- Archive Date
- 1/11/2015
- Point of Contact
- Miroslaw Chodaba, 256-876-2105
- E-Mail Address
-
ACC-RSA - (Missile)
(miroslaw.chodaba@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although quote mark proposal quote mark and quote mark offeror quote mark are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of obtaining information to serve as a market survey to assist in the development of a procurement strategy. For questions regarding this RFI, please contact the Government contracting POC, Mr. Miroslaw Chodaba, via email at miroslaw.chodaba.civ@mail.mil. The AMRDEC has a requirement for preventative maintenance and calibration of Instron test machines. The Instron Mechanical Testers covered under this RFI are used to support Aviation Flight Safety Product Lot Testing Program, Aviation and Missile First Article Testing, Aviation and Missile Failure Analysis efforts, the AMCOM Corrosion Office, and general aviation and missile materials testing efforts in support of customers. The Government requests information on the potential source's knowledge, skill and experiences in providing preventative maintenance, calibration and certification of calibration of Instron Mechanical Testers. This is a Request for Information (RFI) issued pursuant to FAR 15.2. The US Army Research, Development and Engineering Command (RDECOM), Aviation and Missile Research, Development, and Engineering Center (AMRDEC) Redstone Arsenal, AL, on behalf of the US Army, desires to obtain information to serve as a market survey to aid in development of procurement strategy for preventative maintenance and calibration of Instron Mechanical Testers used in Research, Development and Engineering support of Missile and Aviation systems. As a result of issuing this RFI, the Government expects to receive information from potential offerors to assist in determination of the ability of potential offerors to provide preventative maintenance and calibration/certification of calibration on Instron Mechanical testers. No award is intended as a result of this sources sought notice nor does the Government intend to pay for information received. Responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government seeks potential sources having the experience to properly provide preventative maintenance for all Servo hydraulic Machines and calibrate and provide certification of calibration on four Instron Mechanical Testers, SN 5569R1811, SN's 60000C64897, SN 8800RC2530 and SN 8800RSP2379. Preventative Maintenance and Calibration will cover the following: a.Machine SN 5569R1811: Force Verification and calibration of 100 - 22K lb Tensile and Compression per ASTM E4. b.Machine SN 5569R1811: Preventative Maintenance for Table Top Models c.Machine SN 5569R1811: Speed and Displacement Verification per ASTM E2309, E2658. d.Machine SN 5569R1811: Speed and Displacement Verification Opposite Direction. e.Machine SN 60000C64897: For 60 K Lb Load Cell, force verification and calibration of 23K - 67 K lb compression per ASTM E4. f.Machine SN 8800RC2530: For 1000 Lb Load Cell, Force verification and calibration of 100-22K lb Tension and Compression per ASTM E4. g.Machine SN 8800RC2530: For 22K Lb Load Cell, Force verification and calibration of 100-22K lb Tension and Compression per ASTM E4. h.Machine SN 8800RC2530: Stroke Verification Services (5 Pts), Accredited i.Machine SN 8800RSP2379: For 1000 Lb Load Cell, Force Verification and Calibration of 100 - 22K lb Tension and Compression per ASTM E4. j.Machine SN 8800RSP2379: For 100 N Load Cell, Torque Verification and Calibration for cells up to 2K lbs - in. k.Machine SN 8800RSP2379: For 10 Kn Load Cell, Force Verification and Calibration of 100 - 22K lb Tension and Compression per ASTM E4. l.Machine SN 8800RSP2379: For 20 K Lb Load Cell, Force Verification and Calibration of 100 - 22K lb Tension and Compression per ASTM E4. m.Machine SN 8800RSP2379: For 20 K Lb Load Cell, Force Verification and Calibration for 2 K lbs-in up to 20K lbs-in. n.Machine SN 8800RSP2379: PM for Servo hydraulic Models o.Machine SN 8800RSP2379: Rotary Stroke Verification (5Pts), Accredited p.Machine SN 8800RSP2379: Stroke Verification Services (5 Pts), Accredited Responses: Capable offerors in the area of Preventative Maintenance and Calibration of Instron Test Machines shall address the following: (1) Knowledge and experience in operating Instron Mechanical and Servo-hydraulic test machines; (2) Knowledge and experience operating Bluehill Materials Testing Software; (3) Have all the proper fixtures, tooling and calibration cells necessary for preventative maintenance and calibration; (4) Able to adapt their calibration cells to each machine and existing load cell being calibrated, including both axial (tension and compression) and torque cells; (5) History of Similar Calibration. Capable parties should submit tailored capability statements addressing the particulars of this effort. The objective of this process is to assess potential offerors capable of achieving the stated objectives. Submittals shall not exceed five pages (page limit does not include the title and table of contents pages) and be no smaller than 12pt Times New Roman font. All questions must reference RFI number W31P4Q-15-T-0013 and be submitted in writing no later than 3:00 PM Central Standard Time (CST) on 19 November 2014 to the contractual point of contact Miroslaw Chodaba at miroslaw.chodaba.civ@mail.mil; telephone requests for additional information will not be honored. Question submittals must also include: Company name, Commercial and Government Entity (CAGE) code, and appropriate point of contact information. All RFI responses must be submitted to the contractual point of contact, Miroslaw Chodaba at miroslaw.chodaba.civ@mail.mil no later than 3:00 PM CST on 24 November 2014. The Government requests that the respondents deliver one electronic copy in Microsoft Word or Adobe PDF format. Responses to this RFI may NOT be submitted via facsimile or hand delivered. Any so sent will be disregarded. In addition to the information provided above, all responses to this RFI must include RFI number W31P4Q-15-T-0013, company or institution name, CAGE code, and point of contact information. NO FOREIGN PARTICIPATION IS AUTHORIZED. Acknowledgement of receipt will only be issued if a return receipt is requested with the submission. Please do not submit any classified information. All information submitted shall be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. The Government reserves the right to request further clarification or request presentations to enhance the Government's understanding of the respondent's submittal. Submittals that fail to comply with the above instructions or present ideas that are not pertinent to the subject may not be reviewed. This is a request for information purposes only. This notice does not constitute a commitment by the US Army to procure products or services. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. No award is intended as a result of the RFI. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Any exchange of information shall be consistent with procurement integrity requirements, and all appropriate proprietary claims will be protected to prevent improper disclosure. In the event you have difficulty reading this RFI, please contact Miroslaw Chodaba via email at miroslaw.chodaba.civ@mail.mil for a copy of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/da1386cab2625e78b18642224df7e49f)
- Place of Performance
- Address: ACC-RSA - (Missile) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03571067-W 20141114/141112234215-da1386cab2625e78b18642224df7e49f (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 |