Small Business Set Aside for Solinst Brand 3001 Level Logger 5, M200 per attachments
ID: N61331-24-T-KS52Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERPANAMA CITY BEACH, FL, 32407-7001, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Surface Warfare Center, is seeking quotes from qualified small businesses for the procurement of twenty Solinst brand 3001 Level Loggers, specifically designed for depth measurement in deep-water testing. This acquisition is critical for enhancing the capabilities of the Mine Warfare Readiness and Effectiveness Measurement (MIREM) team, ensuring data accuracy and safety during operations at depths of 500-1000 feet. The selected vendor will be required to provide a quote by September 25, 2024, at 11 AM Central Time, and must comply with specific procurement guidelines, including invoicing through Wide Area Workflow (WAWF). Interested parties should direct their inquiries to Kaitlin Summerville at kaitlin.h.summerville.civ@us.navy.mil or Jamell Kilgore at jamell.kilgore@navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the key contractual terms and administrative protocols for a government procurement, focusing on RFPs, federal grants, and state/local RFPs. Section F details delivery terms, with options for FOB Origin and FOB Destination. Section G emphasizes electronic submission for payment requests and receiving reports. Under Section I, various contract clauses are highlighted, including those related to cybersecurity, prohibitions against certain vendors, and requirements for small business considerations. Sections K through M address representations and certifications, bid instructions, and evaluation factors for award, stressing a best-value award based on price, quality, and past performance. Additionally, the document outlines contract administration, emphasizing that only authorized government officials may change contract terms. It further highlights government operational policies concerning holidays and the protocol for contractor personnel during facility closures. The overall purpose is to establish clear guidelines for contractor compliance and performance expectations, ensuring adherence to government standards and processes throughout contract execution.
    The Naval Sea Systems Command, specifically the Panama City Division, has issued a Limited Sources Justification to procure twenty Solinst brand depth level loggers, specifically the 3001 Level Logger model. This procurement is necessary to enhance the capabilities of the Mine Warfare Readiness and Effectiveness Measurement (MIREM) team for deep-water testing, which is essential for mission success. The Solinst loggers are uniquely qualified for this task, as their consistent use is vital for data accuracy and safety during operations in depths of 500-1000 feet. The Contracting Officer confirms this purchase is the best value due to extensive evaluations that ruled out alternative equipment, which would necessitate extensive testing and compromise safety. There are no identified barriers for future procurement beyond this immediate requirement, emphasizing the urgency and specificity of this acquisition. The total acquisition will adhere to simplified procedures not exceeding the acquisition threshold stipulated by the government guidelines. This justification underscores the importance of maintaining equipment consistency and data integrity in critical testing scenarios.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Next Generation Fathometer
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport, is seeking industry input for a potential Firm-Fixed Price contract for the Next Generation Fathometer, a SONAR sounding set. This initiative aims to gather insights from both large and small businesses regarding their capabilities to meet the procurement requirements, specifically focusing on manufacturing capabilities, production lead times, and familiarity with SONAR technologies. The anticipated product will play a crucial role in measuring water depth for Navy vessels, ensuring effective underwater operations. Interested parties are invited to respond to a technical questionnaire by 4:00 PM PDT on October 3, 2024, with all submissions kept confidential. For further inquiries, contact Michael Beadle at michael.f.beadle.civ@us.navy.mil or Matthew Mclean at matthew.a.mclean8.civ@us.navy.mil.
    59 - Magnetometer, Outboard
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking offers for the procurement of 38 units of an Outboard Magnetometer, identified by purchase request number 7008397015 and NSN 5930-01-571-2571. The solicitation, which is expected to be issued around September 6, 2024, will require interested parties to demonstrate their capability to meet the government's specifications, as commercial item policies will not be utilized for this procurement. The magnetometers are critical components for military applications, and all units will be shipped to New Cumberland, PA. Interested vendors should prepare to submit their offers by the estimated response date of October 7, 2024, and may direct inquiries to Brian Maxwell at brian.maxwell@dla.mil or by phone at 614-692-1067.
    Sensing Technology with Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for the acquisition of a GelSight mobile measurement system, software licenses, a Microsoft Surface Pro tablet, and gel cartridges under solicitation N4215824QE081. Vendors are required to provide a certificate of compliance for each item, ensuring that they meet the specified technical capabilities and features outlined in the solicitation. This procurement is crucial for enhancing measurement accuracy and efficiency in federal operations, with a focus on small businesses, including those owned by service-disabled veterans and women. Proposals must be submitted by September 20, 2024, at noon, and interested parties can contact John E Faircloth at john.e.faircloth2.civ@us.navy.mil or Chad Godwin at chad.r.godwin.civ@us.navy.mil for further information.
    Tonpilz Projector
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Research Laboratory (NRL), is seeking quotations for the procurement of a Mini-Skyfish Tonpilz Projector, a specialized underwater acoustic projector essential for unexploded ordnance (UXO) remediation initiatives. The projectors must operate within a frequency range of 10-48 kHz, achieving a transmitting voltage response of 150 dB and a source level of 190 dB, with specific performance requirements including a front-to-back ratio exceeding 20 dB. This procurement underscores the government's commitment to advancing research and technology in public safety and environmental remediation, with delivery expected within 14 weeks of order receipt. Interested vendors should submit their technical and price quotes to Andrea Graves at andrea.graves@NRL.NAVY.MIL by the specified deadline, ensuring they meet all outlined requirements and are registered in the System for Award Management (SAM).
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a POWER SUPPLY under a fixed-price contract. The procurement requires compliance with various military standards, including MIL-STD packaging and government source inspection, and emphasizes the necessity for authorized distributors to provide proof of their status as such. This equipment is critical for underwater sound applications, reflecting its importance in defense operations. Interested vendors should submit their quotes electronically to Howard Langenstein at HOWARD.F.LANGENSTEIN.CIV@US.NAVY.MIL, ensuring that all submissions include detailed pricing, delivery timelines, and compliance with the outlined requirements. The solicitation is open for a limited time, and all quotes must remain valid for a minimum of 90 days.
    66--Tank Liquid Level Indicators
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Defense Logistics Agency, for the procurement of assorted liquid level transmitters. These transmitters are typically used to measure and monitor the level of liquids in various applications. The solicitation will be issued as a 100% small business set aside, with delivery required by May 1, 2016, to Bremerton, Washington. Interested parties must download the solicitation from the NECO and FEDBIZOPPS websites and monitor for any amendments. No phone or fax requests will be accepted. Electronic submission of proposals/quotes is not available. For more information, contact Susan Peterson at Susan.Peterson@dla.mil.
    63--SALINITY SENSOR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of two salinity sensors under solicitation number NSN 6320016057058. The requirement includes the delivery of these sensors to DLA Distribution within 169 days after order, with approved sources specified as 4K0V2 106108-00 and 62144 106108-00. Salinity sensors are critical for monitoring and detecting salinity levels in various applications, ensuring operational effectiveness in military and defense operations. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to DibbsBSM@dla.mil.
    TRANSDUCER,MOTIONAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the procurement of a "TRANSDUCER, MOTIONAL" through NAVSUP Weapon Systems Support Mechanicsburg. This contract requires the manufacture and supply of specific transducer units, adhering to strict quality assurance and inspection standards, including MIL-STD packaging and government source inspection. These transducers are critical for measuring and testing electrical signals, playing a vital role in various defense applications. Interested vendors must submit their quotes electronically to Charles T. Miller at CHARLES.T.MILLER7.CIV@US.NAVY.MIL, ensuring compliance with all outlined requirements, including proof of authorization as a distributor if applicable. The solicitation emphasizes a firm-fixed price contract, with a minimum quote expiration of 90 days, and encourages accelerated delivery before the specified dates.
    LEICA ABSOLUTE TRACKER AT960-LR
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals for the acquisition of a LEICA ABSOLUTE TRACKER AT960-LR and associated equipment, which are critical for precise military applications. This procurement is set as a total small business set-aside, emphasizing compliance with federal acquisition regulations and the need for specific commercial items from Hexagon Manufacturing Intelligence Inc. The solicitation, identified as SPMYM124Q0056, is expected to be released on September 10, 2024, with quotes due by 12:00 PM EST on September 24, 2024. Interested vendors should direct inquiries to Ronald Martin at ronald.c.martin@dla.mil and ensure they are registered in the System for Award Management (SAM) database prior to submitting proposals.
    Procurement of the most current versions of the Njord Wave generation Software and most current version of the G8 Control Card Firmware that includes 2nd Order effect reductions, which are necessary to modernize the Mask Wavemaker
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking to procure the latest versions of the Njord Wave Generation Software and G8 Control Card Firmware to modernize the Mask Wavemaker. This procurement includes not only the software and firmware but also essential support services for installation, commissioning, and tuning of the wavemaker, specifically addressing 2nd Order effects to enhance performance. The initiative is critical for maintaining the operational efficiency of naval technology, as the existing system's replacement would incur significant costs and extended downtimes. Interested contractors must respond to the request for quotes by 4:00 PM on September 26, 2024, and can contact Christopher C. Rolince at christopher.c.rolinc@navy.mil or 757-513-7247 for further details.