Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOLICITATION NOTICE

H -- Explosive Shock and Vibration Testing IAW MIL-DTL-901E

Notice Date
8/19/2020 10:06:14 AM
 
Notice Type
Presolicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833520R0371
 
Response Due
9/3/2020 12:00:00 PM
 
Archive Date
09/18/2020
 
Point of Contact
David J. Mone, Phone: 7323234771
 
E-Mail Address
david.mone@navy.mil
(david.mone@navy.mil)
 
Description
The Naval Air Warfare Command, Aircraft Division has a requirement for shock and vibration testing of the following three pieces of equipment: Light Box (Part Number 4105AS0110-1), LSO Controller (Part Number 4105AS0200-1), Power Control Box (Part Number 4105AS0300-1), Dual Connector Box (Part Number 4105AS1000-1), Light Box Monitor (Part Number 4105AS1100-1), Junction Box (Part Number 4105AS1200-1), Datum Light Box, RH (Part Number 613905-2) and Datum Light Box, LH (Part Number 613905-1) in support of the Aircraft Launch and Recovery Equipment Visual Landing Aids program. Tests shall be performed in accordance with MIL-DTL-901E Explosive Shock Test Procedures for Shock Qualification of Equipment on Heavyweight Floating Shock Platform types with or without Deck Simulating Fixtures.� Testing shall be completed to qualify the equipment to meet vertical axis specified orientations.� Only companies identified in NAVSEAINST 9491.1D are qualified to perform the testing required by MIL-DTL-901E Barge Shock Testing for the Navy.� To provide a quote, the vendor must be approved and included in NAVSEAINST 9491.1D. � Testing is required to demonstrate the ability of the equipment to meet Navy survivability requirements by successfully completing Shock Testing.� There are two approved methods for doing heavy weight Grade A shock testing of mission critical class II equipment.� These are the only acceptable test procedures, which involve mounting the equipment on a Deck Simulator Fixture (DSF) in a standard Floating Shock Platform (FSP) and then conducting a series of underwater detonations, and measuring the results in accordance with the testing procedures spelled out in MIL-DTL-901E and documenting the results in accordance with Government provided Contract Data Requirements Lists provided with the Statement of Work.� To qualify, a current DD 2345 will be required as export controlled technical data is necessary to access data necessary for the testing.� Currently, NAVSEAINST 9491.1 only lists National Technical Systems and Hi-Test Laboratories as qualified to perform the necessary Explosive Shock Tests.� As a result, they will be solicited to provide quotations on a limited competition basis to complete the testing. This is the only notice that will be posted on Beta.Sam.gov prior to contract award.� This acquisition is being pursued on the ability of a Contractor to perform required testing under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements.""� The Government will consider all responses received within 15 days after the publication of the applicable synopsis. �A determination by the Government not to include other sources is solely within the discretion of the Government and will be determined IAW NAVSEAINST 9491.1. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract based upon this advertisement, or to be responsible for any monies expended by any interested parties before award of a contract for the effort described above. The Contracting Office is Lakehurst Procurement Division, NAWCAD NAVAIR, Building 562, Rm 306, JBMDL NJ. 08733
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/89456492c20145ea8b0df4689d0aec99/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05764930-F 20200821/200819230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.