NFPC - SpectroMaxx PM Service
ID: 24-SIMACQ-PD-1410-0178Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC PHILADELPHIA DIVPHILADELPHIA, PA, 19112-1403, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is seeking qualified contractors to provide preventative maintenance and calibration services for the SpectroMaxx LMM15 spectrometer located at the Naval Foundry and Propeller Center in Philadelphia, Pennsylvania. The procurement includes two annual maintenance visits and the provision of maintenance service kits, ensuring the spectrometer's operational integrity for quality assurance in critical Navy component manufacturing. This contract is vital for maintaining high standards of equipment performance and compliance with military operational requirements. Interested parties should contact Steven Galasso at steven.m.galasso.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil for further details, with the performance period expected to commence upon award.

    Files
    Title
    Posted
    The document outlines the DD Form 1423-1, known as the Contract Data Requirements List (CDRL), specifically detailing a contract for service reports related to the contractor, Spectro Analytical Instruments Inc. The form serves as a structured guideline for documenting data item requirements within federal contracts and specifies various components, including contract references, data item titles, and submission timelines. The key focus is on the Acceptance Test Report, which must be submitted electronically within 14 days post-service completion, detailing the contractor's visit and identifying potential equipment issues. The document also includes instructions for completing the form, emphasizing the categorization of technical data and the importance of adhering to government requirements for data submission and content. Distribution of the data is limited to U.S. Government agencies for performance evaluation. The contract reflects rigorous oversight and documentation protocols necessary for compliance in government contracts, particularly in areas requiring precise technical reporting and evaluation. The CDRL functions as an essential administrative tool for ensuring quality control and accountability in contractor performance.
    The document outlines the Request for Proposal (RFP) N6449825Q4006 issued by the Naval Surface Warfare Center (NSWC) for preventative maintenance and services related to the Spectromaxx-FY25 spectrometer. The solicitation details the scope of work, which includes two yearly maintenance visits and the provision of maintenance kits with essential components. The SOW emphasizes the importance of maintaining the spectrometer for quality assurance within the Naval Foundry and Propeller Center, which handles critical Navy components. Key sections address service expectations, security requirements for contractor personnel during site access, and protocols for data management and reporting. The contractor must comply with various safety and security regulations while working at the facility. The contract is intended for a one-year performance period, beginning upon award, and stipulates that all services be provided without establishing an employer-employee relationship. Furthermore, the document incorporates numerous mandatory clauses and regulations related to inspections, deliverables, and governmental oversight. Overall, this RFP demonstrates the government's approach to securing reliable, professional maintenance services while ensuring compliance with military and federal operational standards.
    The Statement of Work (SOW) outlines the requirements for annual preventative maintenance and calibration services for the SPECTRO MAXX LMM15 spectrometer at the Naval Foundry and Propeller Center (NFPC) in Philadelphia, PA. This contract, classified as non-personal services, emphasizes that no employer-employee relationship exists between the contractor and the government. The contractor must provide factory-trained engineers, conduct biannual maintenance calls, and ensure all personnel conform to security measures for access to government facilities. The SOW details aspects such as the delivery of maintenance kits, response times for repairs, and the need for comprehensive maintenance reporting. Security protocols include site access procedures, identification verification, and strict regulations regarding portable electronic devices, ensuring compliance with operations security (OPSEC) standards. The contractor is responsible for safeguarding controlled unclassified information (CUI) throughout the contract's duration. The performance period is set for one year post-award, during which the contractor must maintain adherence to specified guidelines for site operations and employee security clearance. Overall, this SOW establishes a framework for maintaining critical foundry equipment while ensuring compliance with government regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Verdantas Mag Meters Calibration
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking contractors for the calibration of Verdantas Mag Meters at the NSWC Philadelphia Division in Pennsylvania. This presolicitation opportunity involves testing laboratory services under the NAICS code 541380, focusing on quality control measuring tools as indicated by the PSC code H152. The calibration services are critical for ensuring the accuracy and reliability of measurement tools used in various defense applications. Interested parties can reach out to Frank R. Vennell at frank.vennell@navy.mil or by phone at 215-897-1337 for further details regarding the procurement process.
    NAVAIR METCAL LABMASTER UNIVERSAL
    Buyer not available
    The Naval Surface Warfare Center (NSWC), part of the Department of Defense, is seeking sources for the procurement of a Pratt & Whitney Labmaster Universal and associated equipment for the Metrology and Calibration (METCAL) Program. This procurement aims to enhance the calibration of measurement tools critical for military operations, including gage blocks and pin gages, and requires specific components, accessories, and comprehensive documentation such as operator manuals and calibration certifications. Interested parties are invited to submit their technical capabilities by March 24, 2025, with responses directed to Elizabeth Groncki at elizabeth.groncki.civ@us.navy.mil, referencing Sources Sought Notice N6426725Q4090. The expected delivery period for the contract fulfillment is 360 days post-award, and a minimum one-year warranty is required for all units.
    Hardware maintenance for lab instruments
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), intends to award a sole-source contract for hardware maintenance of laboratory instruments, specifically a Nicolet iS50 FTIR Spectrometer and an iS50 Raman Module. The contractor will be responsible for providing comprehensive maintenance services, including annual on-site visits, technical support within two hours, and unlimited emergency service visits, all conducted on-site within 72 hours of notification. This maintenance is crucial for ensuring the continuous operation and reliability of essential laboratory equipment used in government research efforts. Interested vendors must respond by March 21, 2024, at 10 AM EST, and direct their inquiries to Nicole Coleman at nicole.coleman@navy.mil, ensuring they are registered in the System for Award Management (SAM).
    Gauge Calibration
    Buyer not available
    The Department of Defense, through the Military Sealift Command (MSC), is seeking qualified contractors for gauge calibration services, including the repair and replacement of various shipboard gauges, meters, thermometers, and test equipment. The primary objective of this procurement is to ensure operational readiness of the fleet by maintaining accurate monitoring of machinery performance, with services required to be performed both on-site and off-site, particularly for high-voltage systems that necessitate specific safety training. Interested businesses are invited to submit capabilities packages detailing their qualifications and relevant experience by March 7, 2025, and should direct inquiries to Robert Corsino at robert.j.corsino.civ@us.navy.mil or Stacy Ziehl at stacy.m.ziehl.civ@us.navy.mil.
    Extended Warranty & Calibration Services
    Buyer not available
    The Department of Defense, specifically the Naval Air Warfare Center, is seeking contractors to provide Extended Warranty and Calibration Services for various equipment. This procurement aims to ensure the reliability and accuracy of instruments and laboratory equipment, which are critical for operational effectiveness within the Navy. The services will fall under the NAICS code 811310, focusing on the repair and maintenance of commercial and industrial machinery. Interested parties can reach out to Yvonne Stockwell at yvonne.c.stockwell.civ@us.navy.mil or Markelle Griffin at markelle.r.griffin.civ@us.navy.mil for further details, as this presolicitation notice is an important step in the contracting process.
    66--ANALYZER,SPECTRUM, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of spectrum analyzers. This procurement aims to ensure the operational readiness and reliability of critical electronic testing instruments used in various defense applications. The goods and services sought are vital for maintaining the performance and accuracy of electrical and electronic properties measuring instruments, which play a crucial role in defense technology. Interested vendors can reach out to Andrew N. Phillips at 215-697-5047 or via email at ANDREW.N.PHILLIPS10.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    Fiber Optic Measurement System
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from potential vendors capable of providing a Fiber Optic Measurement System (FOMS) to support the Naval Air Systems Command (NAV AIR) and the Naval Sea Systems Command (NAVSEA). The procurement aims to replace outdated measurement and diagnostic equipment, enhancing the capabilities of the Measurement Science and Engineering Department in metrology, particularly for optical and fiber optic systems. This initiative is critical for maintaining high standards of calibration and testing equipment, ensuring operational readiness and interoperability of naval weapons systems. Interested parties are encouraged to submit a Capability Statement by March 13, 2025, to procurement specialist Taylor O'Neal at taylor.a.oneal7.civ@us.navy.mil, referencing Sources Sought Notice N6426725R1008 in their correspondence.
    Calibration and Repair Services (C&RS) of Model FSV40 Spectrum Analyzer
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified vendors to provide Calibration and Repair Services (C&RS) for the Rohde & Schwarz model FSV40-N Spectrum Analyzer. The procurement requires contractors to perform repairs to restore the analyzer to its original condition and provide calibration services in accordance with ISO/IEC 17025 standards, including a detailed calibration report. This initiative is crucial for maintaining the precision and reliability of military equipment, underscoring the Army's commitment to effective logistical support. Interested parties must submit a white paper by March 14, 2025, detailing their company information and capabilities to the designated contacts, Taylor Siskoff and Portia Sampson, via email.
    Calibration and Repair Services - PNSY
    Buyer not available
    The Department of Defense, specifically the Portsmouth Naval Shipyard, is seeking sources for calibration and repair services related to instruments and laboratory equipment. This procurement aims to ensure the accurate functioning of electrical measuring and testing instruments, which are critical for maintaining operational readiness and safety within naval operations. Interested vendors should note that the place of performance will be in Kittery, Maine, and are encouraged to reach out to the primary contact, David Agea, at david.a.agea.civ@us.navy.mil or by phone at 207-994-0614, or the secondary contact, Christian Soloniewicz, at christian.j.soloniewicz.civ@us.navy.mil or 207-438-3227, for further information regarding this opportunity.
    OPB-10NP Oil Water Seperator Kit Refurbishment
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia, is seeking a contractor for the refurbishment of two Oil Water Separator (OWS) kits on a sole source basis from Jalbert and Associates, Inc. The procurement involves disassembling, inspecting, repairing, and repacking the kits, which have been in storage for approximately 25 years, ensuring compliance with technical and documentation requirements. This refurbishment is crucial for maintaining operational readiness of military equipment, with the period of performance scheduled from March 31, 2025, to October 31, 2025, and completed kits to be delivered to the Naval Sea Logistics Center in Mechanicsburg, PA. Interested parties may direct inquiries to Frank R. Vennell at frank.vennell@navy.mil, as phone calls will not be accepted.