Oxygen Clean Low Pressure Calibrator (OCLPC)
ID: N6426725R0353Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS (6685)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of Oxygen Clean Low Pressure Calibrators (OCLPC) under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The contract aims to acquire Commercial-Off-The-Shelf (COTS) OCLPC units, which are critical for ensuring accurate calibration in oxygen clean environments, with a maximum order quantity of 56 units per order over a three-year period. Interested contractors must comply with specific calibration standards and provide necessary training and installation services, with the submission deadline extended to February 18, 2025, at 10:00 AM. For further inquiries, potential bidders can contact Maria Rubio at maria.a.rubio3.civ@us.navy.mil or Marcella G Webber at marcella.g.webber.civ@us.navy.mil.

    Files
    Title
    Posted
    The OCLPC Calibration Standard Specification CSS 06-3188-01 outlines the requirements for an Oxygen Clean Low Pressure Calibrator (OCLPC) intended for use by Navy personnel in various oxygen clean environments. The document covers the scope of the standard, applicable documents, and detailed specifications across different aspects of design, safety, performance, environmental requirements, and maintainability. Key points include the OCLPC’s capability to generate, control, and monitor pressures from -13.2 to 200 psig, with strict performance metrics, including measurement uncertainties in pressure. The specification mandates safety protocols, material restrictions, and design features that prevent premature equipment failure. Environmental durability, such as compliance with specific temperature, humidity, vibration, and mechanical shock conditions, is also emphasized. The usability of the interface and maintainability features, which facilitate operator accessibility, repairs, and cleaning for oxygen service, are specified to ensure reliability during operation. Overall, the document serves as a comprehensive guideline for the development and procurement of the OCLPC, ensuring compliance with military standards and optimizing its operational effectiveness in naval applications.
    The document outlines a Small Business Subcontracting Plan in accordance with federal regulations applicable to contracts under the Contract/Solicitation Number N6426725R0353. The plan, developed for NSWC Corona Division, details the procurement of Oxygen Clean Low Pressure Calibrators. It presents a framework for subcontracting opportunities dedicated to small businesses, including specific goals for various types of small business concerns like veteran-owned and woman-owned entities. The contract requires the contractor to define goals, methods to identify potential sources, and strategies for equitable competition among subcontractors. It emphasizes adherence to reporting guidelines, including the submission of subcontract reports using the Electronic Subcontracting Reporting System (eSRS). The plan also necessitates a review to ensure compliance with subcontracting goals and requirements, and it must be signed and approved by appropriate authorities. Special attention is required for plans that contain zero goals or goals that fall below five percent for small disadvantaged businesses, requiring a higher level of approval. In summary, this document serves as a structured approach to ensuring small business participation in government contracts, aligning with policies aimed at supporting diverse stakeholders in the federal procurement process.
    The document outlines an Indefinite Delivery, Indefinite Quantity (IDIQ) contract RFP N6426725R0353 issued by the Naval Air Systems Command (NAVAIR) for the procurement of Commercial-Off-The-Shelf (COTS) Oxygen Clean Low Pressure Calibrators (OCLPC). The contract spans three years and includes provisions for a maximum quantity of 56 units per order, training, and installation services. Key specifications require compliance with calibration standards and ensuring unique identification of items as mandated by the Department of Defense (DoD). The statement of work details material, training, installation, and logistics requirements, including necessary manuals, calibration certifications, and proposed spare parts lists. The contract includes provisions for electronic invoicing and specifies minimum and maximum order quantities, emphasizing a commitment to small business participation and regulatory compliance. Additional sections detail inspection and acceptance terms, delivery schedules, and contractual clauses, including those related to subcontracting and government procurement regulations. Overall, the document serves to solicit proposals from qualified contractors to meet essential calibration needs while ensuring compliance with military specifications and operational standards.
    The document comprises DD Form 1423-1, detailing requirements for contract data submission related to a calibration certificate/report, software/firmware change requests, and proposed spare parts lists needed for the Oxygen Clean Low Pressure Calibrator. It specifies formats, content requirements, and procedural standards that align with the Department of Defense (DoD) protocols. Each data item description outlines the purpose and essential information for calibration documentation, including specifics like laboratory details, testing methods, and measurement uncertainties, consistent with ISO/IEC 17025 standards. Additionally, Software/Firmware Change Requests aim to communicate changes, justifications, and associated costs, allowing the government to assess impacts on contracted software systems. The Proposed Spare Parts List further details recommended quantities and specifications for maintaining the system efficiently. Overall, the form aims to provide a structured approach for contractors to present performance data, ensuring compliance with established guidelines and mitigating risks associated with equipment calibration and software management within DoD contracts.
    The document contains two Data Item Descriptions (DIDs) for the U.S. Department of Defense (DOD), focusing on training course development and Commercial Off-the-Shelf (COTS) manuals. The first DID, DI-MISC-81459B, outlines the required structure for a training syllabus applicable to any contract related to training course development. Key sections include course accounting, training standards, academic media, training devices, criterion-referenced objectives, course data, facilities and resources, terms explanation, and a curriculum outline. This standardized syllabus serves to establish course configurations, ensuring consistency and effectiveness in training. The second DID, DI-TMSS-80527D, details the requirements for acquiring COTS manuals and associated supplemental data. It emphasizes the evaluation of the manuals against specific criteria, the possibility of supplementing them to meet contract needs, and the preferred formats, including Interactive Electronic Technical Manuals (IETMs) or searchable PDFs. Both DIDs contribute to enhancing training processes and ensuring the availability of adequate instructional materials for military personnel, aligning with the DOD’s goals for effective training and resource management.
    This document is an amendment to a solicitation by the Naval Surface Warfare Center Corona Division, extending the due date for proposal submissions. The original deadline, set for December 20, 2024, at 10:00 AM, has been postponed to January 31, 2025, at 10:00 AM. Aside from this change, all other terms and conditions of the solicitation remain unchanged and in full effect. The amendment outlines the necessity for bidders to acknowledge receipt of the amendment to ensure their offers are considered. If a supplier wishes to modify a previously submitted offer, it must be acknowledged prior to the new submission deadline, requiring the reference of both the solicitation and amendment numbers. This amendment serves to provide bidders with additional time to prepare their proposals, which is a common practice in federal solicitations to ensure competitive participation.
    The document is an amendment to a solicitation from the Naval Surface Warfare Center Corona Division, extending the closing date for offers from January 31, 2025, to February 14, 2025. This amendment retains all other terms and conditions of the initial solicitation, which bears the ID N6426725R0353. The change necessitates acknowledgement from contractors regarding receipt of the amendment to avoid potential rejection of their offers. The updated response deadline is set at 10:00 AM on February 14, 2025. Overall, this document serves to inform relevant parties of the extension and ensure compliance with submission requirements tied to the solicitation process, which is a crucial component of federal government contracting procedures. The importance of timely responses and adherence to guidelines is emphasized to uphold the integrity of the procurement process.
    This document serves as an amendment to a government solicitation, which modifies the closing date for submissions. Originally set for February 14, 2025, the deadline has been extended to February 18, 2025, at 10:00 AM, without altering any other terms or conditions outlined in the original solicitation. The amendment requires that contractors acknowledge the receipt of this change, as failure to do so may result in the rejection of their offers. The document retains standard formalities, indicating that the rest of the solicitation remains unchanged and in effect. It is issued by the Naval Surface Warfare Center Corona Division, specifying the contract and solicitation numbers relevant to this amendment. The amendment emphasizes the administrative nature of the changes and maintains compliance with Federal Acquisition Regulation (FAR) procedures. Overall, the purpose is to ensure a clear extension of the submission deadline while maintaining the integrity of the original solicitation provisions.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Dynamic Torque Calibrators
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking sources for the procurement of Dynamic Torque Calibrators under a three-year Indefinite Delivery/Indefinite Quantity contract. The requirement includes the acquisition of up to 33 calibrators designed to service various torque tools within the U.S. Navy's inventory, adhering to specific dynamic and static calibration ranges as per Calibration Standards Specifications. These calibrators are crucial for ensuring the accuracy and reliability of military tools, emphasizing compliance with Navy regulations and technical specifications. Interested parties can contact Kelsey Pearce at kelsey.a.pearce.civ@us.navy.mil or Christian Lott at christian.m.lott.civ@us.navy.mil for further details.
    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.
    REGULATOR, OXYGEN, DILUTER; NSN 1660-01-509-8023
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City is soliciting quotations for the procurement of oxygen diluter regulators, identified by National Stock Number (NSN) 1660-01-509-8023, intended for military applications. Contractors are required to meet specific quality assurance standards, such as AS9100 or ISO 9001, and must provide pricing based on varying quantity ranges to facilitate potential cost savings. These regulators are critical for maintaining military readiness, emphasizing the importance of compliance with inspection and acceptance criteria, including UID labeling standards. Interested contractors must submit their quotations by April 7, 2025, and can direct inquiries to Asaycia Clayton at asaycia.clayton.1@us.af.mil.
    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.
    Absolute Gas Piston Gauge System
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of seven Absolute Gas Piston Gauge Systems (AGPGS) to enhance the Navy's calibration standards program. The primary objective is to replace outdated mercury manometers with these advanced systems, which will improve measurement precision while eliminating the use of hazardous materials. This procurement is crucial for modernizing military operations and ensuring compliance with stringent safety standards. Interested vendors should refer to the attached solicitation document for detailed requirements and are encouraged to contact Christian Lott at christian.m.lott.civ@us.navy.mil for further inquiries. The contract will operate on an indefinite delivery/indefinite quantity basis over a three-year period, with a strong emphasis on small business participation, particularly from veteran, women-owned, and service-disabled veteran-owned businesses.
    16--OXYGEN CONCENTRATOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure eight units of an oxygen concentrator, identified by NSN 7R-1680-016102324-E7, in support of Foreign Military Sales. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data for the part is not sufficiently available for open competition. Interested parties must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice, with contact for inquiries directed to Kristin Clemens at (215) 697-3814 or via email at KRISTIN.CLEMENS@NAVY.MIL.
    High and Low Range Liquid Flow Calibrator Upgrade
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the upgrade of high- and low-range liquid flow calibrators (CFP-400 and CFP-010) as part of a Sources Sought notice. The project aims to enhance hardware components, including updated software, instrumentation cards, and new electronic packages, while ensuring that performance, functionality, and operational continuity are maintained or improved post-upgrade. These calibration instruments are critical for measuring and testing electrical signals, reflecting the government's commitment to high-quality operational equipment. Interested contractors should contact Megan Moretti at megan.moretti@us.af.mil or Frank Capuano at frank.capuano@us.af.mil for further details, as the procurement emphasizes efficiency and safety in the upgrade process.
    Environmental Chamber
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting offers for maintenance, repair, software installation, and calibration services for environmental chambers at the DLA Product Test Center in Columbus, Ohio. Contractors will be responsible for providing all necessary labor, tools, and materials to ensure compliance with performance standards, including hardware maintenance and calibration services that adhere to NIST traceability. This procurement is critical for maintaining the precise testing capabilities required by the DLA, emphasizing the importance of regulatory adherence and safety in environmental management. Interested parties must submit their quotes via email to Blair Hartley by 3:00 PM EST on March 28, 2025, ensuring that submissions do not exceed 15 MB.
    Fluke Multi-Year Calibration & Repair Services(C&RS) Agreement
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking qualified contractors to provide multi-year calibration and repair services for Fluke electronics under a Request for Information (RFI). The objective of this procurement is to ensure the operational integrity of over 842,000 test instruments used by various military entities, with services required to adhere to ISO 17025 standards and include detailed calibration certificates. Interested vendors are invited to submit a three-page white paper by February 7, 2025, with the final deadline for responses set for March 14, 2025. For further inquiries, potential respondents can contact Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil.
    Calibrate and Repair Serial Number 1040C
    Buyer not available
    The U.S. Navy seeks quotes for repairing and calibrating specific serial number panel meter calibrators, issued through Solicitation N00421-24-Q-0371. These calibrators, manufactured by Arbiter Systems Inc., are vital for ensuring accurate measurements in electrical and electronic testing, and the Navy requires prompt quotations for a quick turnaround. The total contract value is approximately $10,000, with responses due by 1:00 pm EST on August 13, 2024, to the procurement group at Patuxent River.