OES Spark Metal Analyzer
ID: N5523624Q0183Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYSOUTHWEST REGIONAL MAINT CENTERSAN DIEGO, CA, 92136-5205, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
Timeline
    Description

    The Department of Defense, through the Southwest Regional Maintenance Center (SWRMC), is seeking proposals for the procurement of a Metals Analyzer, essential for analyzing metal compositions used in ship repairs at Naval Base San Diego. The contract requires the delivery of one Metals Analyzer, on-site installation, employee training, and a standard one-year maintenance contract, with specific technical requirements including quantitative analysis capabilities for various alloys and safety features. This equipment is critical for assessing low carbon content materials, which supports welding job planning and material procurement, ensuring efficient maintenance activities for military operations. Interested vendors must submit their quotes by September 18, 2024, at 11:00 AM Pacific Time, and can direct inquiries to Edward Dean at edward.b.dean5.civ@us.navy.mil or Cynthia Urias at cynthia.y.urias.civ@us.navy.mil.

    Files
    Title
    Posted
    The SWRMC (Southwest Regional Maintenance Center) has issued a Request for Specification Clarification related to a solicitation for a Metal Analyzer, identified by solicitation number N5523624Q0183. The request, initiated by points of contact Edward Dean and Cynthia Urias from the SWRMC, is part of the inquiry process for contractors regarding specifications for materials or requirements associated with similar equipment. The document includes sections for contractor questions, technical review, planner review, and supervisory review, allowing for a structured assessment of the queries received. Essential information such as the ship/hull number (CODE 205B) is included but devoid of contractor details or specific questions at this time. A systematic review process is outlined, indicating potential changes in specifications, drawings, requirements, or materials. This type of documentation is vital within federal procurement processes, ensuring clear communication and compliance with project specifications, aiding in maintaining quality and consistency in equipment sourcing for military applications.
    The document is a Request for Specification Clarification from the Southwest Regional Maintenance Center (SWRMC) regarding a solicitation for a Metal Analyzer (Solicitation No. N5523624Q0183). The request is directed to Edward Dean at SWRMC, providing contact details for further inquiries. It includes sections for contractor information, technical and planner reviews, and indicates areas for supervisory and other reviews without specifying any contractor questions or additional details. The purpose of this document is to clarify specifications for prospective contractors in response to the RFP, ensuring precise compliance with the requirements. The structure includes spaces for technical reviews and approval indications to facilitate a thorough review process within SWRMC. Overall, it highlights the rigorous standards expected in government procurement processes while maintaining communication transparency among stakeholders involved in the RFP process.
    The Southwest Regional Maintenance Center (SWRMC) is seeking proposals for the provision of a Metals Analyzer critical for analyzing metal compositions used in ship repairs. The machine is essential for assessing low carbon content materials, which supports welding job planning and material procurement. The scope includes delivering one Metals Analyzer, on-site installation, employee training, and a standard one-year maintenance contract. The analyzer must meet specific technical requirements, such as quantitative analysis capabilities for various alloys, compatibility with specific power supplies, and safety features like auto shut-off. Additional requirements include providing an extended warranty, training for initial setup, and various accessories including a desktop computer and necessary regulators. Vendors must ensure installation by October 15, 2024, and conduct a comprehensive qualification process to verify operational standards. The document outlines delivery details to SWRMC in San Diego and mandates on-base access for the vendor. Key points of contact are provided for coordination. This RFP exemplifies the federal government's procurement process to support military operations through the acquisition of specialized equipment necessary for efficient maintenance activities.
    Lifecycle
    Title
    Type
    OES Spark Metal Analyzer
    Currently viewing
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Term Sales Agreement for Mixed Scrap Steel at Metro San Diego Navy Bases
    Active
    Dept Of Defense
    The Department of Defense, through the Navy Region Southwest Qualified Recycling Program, is inviting bids for a Term Sales Agreement for mixed scrap steel located at various Navy bases in Metro San Diego, California. Bidders are required to submit their proposals as a percentage of the Fastmarkets American Metal Market price per gross ton, and must possess a California Appliance Recycler Certificate. This procurement aims to facilitate the organized sale of approximately 2,400 gross tons of diverse scrap materials, including pipes and vehicle parts, while ensuring compliance with government regulations and environmental standards. Bids are due by 2 P.M. Pacific Time on September 23, 2024, and must be submitted via certified mail or carrier service; inquiries can be directed to Jose Amuchastegui at 619-556-8162 or via email at Cnrsw-qrp-sales@us.navy.mil.
    THICKNESS MEASURING XRF ANALYZERS
    Active
    Dept Of Defense
    The Department of the Air Force is seeking to procure two Thickness Measuring XRF Analyzers through a Firm Fixed Price contract, specifically set aside for small businesses. The primary objective is to lease these handheld devices, which must identify pure metals and alloys, measure coating thickness down to 0.0001 inches, and comply with stringent technical specifications, including ASTM B568 standards. These analyzers are crucial for aircraft maintenance and repair, ensuring precise measurements in various operational contexts. Interested vendors must submit their quotes electronically by August 20, 2024, with delivery expected within five business days to Tinker Air Force Base, Oklahoma. For further inquiries, contact Annita Wooten at annita.wooten@us.af.mil or Jennifer Azbill at jennifer.azbill@us.af.mil.
    KEYSIGHT SPECTRUM ANALYZER
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC), is seeking proposals for the procurement of a Keysight Spectrum Analyzer model 8566B, along with NIST-traceable calibration services. This procurement is critical as the analyzer serves as a direct replacement for a broken unit, ensuring compatibility with existing systems and supporting essential electronics measurements at a French Navy calibration laboratory. The urgency of this requirement necessitates a sole-source procurement approach to avoid significant delays and additional costs associated with alternative brands. Interested vendors must submit their quotations electronically by the specified deadline, and all proposals must comply with the outlined government regulations. For further inquiries, contact Steve Cortes at steve.cortes.civ@us.navy.mil or call 951-393-5183.
    Annual Maintenance of Markforged Metal X Printer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), is soliciting quotes for the annual maintenance, refurbishment, calibration, and certification of Markforged Metal X 3D Printer Systems. This procurement aims to ensure the operational readiness and reliability of critical equipment over a contract period consisting of one base year, four option years, and an additional six-month option, with services commencing on September 30, 2024. The selected contractor will be responsible for comprehensive service, including the replacement of worn parts and the provision of certification reports, while adhering to stringent safety, environmental, and operations security requirements outlined in associated documents. Interested vendors must submit their quotes by September 20, 2024, to both primary and secondary contacts, Luz Thibeau and Shanna Tamayori, via email, and ensure registration with the System for Award Management (SAM) prior to the award date.
    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.
    Repair and Preventative Maintenance for DMG Mori CNC Machines
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center of the Department of the Navy, is seeking to procure one year of repair and preventative maintenance services for DMG Mori Computer Numeric Control (CNC) machines. The services required include supplemental repair and parts for manufacturing equipment that supports various aircraft platforms, including the FA-18 and V-22, which are critical for the repair, overhaul, and manufacturing of aircraft parts. This procurement is a sole source contract intended for DMG Mori Federal Services, Inc., due to their proprietary access to essential software and data, with offers due by September 20, 2024, at 4:00 PM Eastern Time. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Rachel Appleby or Amanda Taylor via their provided email addresses.
    Optical Comparator Systems
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals from qualified small businesses for the procurement of Optical Comparator Systems, with a total of 27 units required under an indefinite-delivery, indefinite-quantity contract. The primary objective is to replace outdated calibration equipment essential for various test and measurement devices, ensuring operational readiness and compliance with military calibration protocols. The contract includes provisions for operator manuals, calibration certifications, and training services both within the continental U.S. and overseas, emphasizing the importance of effective system utilization. Proposals must be submitted by September 20, 2024, at 11:00 AM PDT, to Wendell Mendoza at wendell.l.mendoza.civ@us.navy.mil, with evaluations based on technical merit, past performance, and price.
    Quantum SI Platinum Instrument
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Health Research Center (NHRC), is seeking quotes for the procurement of a Quantum SI Platinum Instrument and associated items, under a total small business set-aside contract. The procurement includes a Quantum SI Platinum Instrument, an Advanced Next-Generation Protein Sequencing Training session, and various sequencing and library preparation kits, all intended for laboratory use in San Diego, California. These items are critical for ongoing studies and must be delivered promptly, with specific delivery schedules outlined for the kits. Interested vendors must register with the System for Award Management (SAM) and provide detailed quotes by referencing solicitation number N63116-25-Q-0501. For further inquiries, vendors can contact David L. Hill at (619) 767-4901 or via email at david.l.hill4.civ@health.mil.
    NOTICE OF INTENT TO SOLE SOURCE TO METTLER-TOLEDO LLC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, intends to award a sole source contract to Mettler-Toledo LLC for the maintenance, calibration, repair, and service of the Naval Postgraduate School’s Thermal Gravimetric Calorimeter/Differential Scanning Calorimeter (TGA/DSC). The contract will cover essential tasks including comprehensive maintenance and service, calibration verification, and prompt diagnosis and repair of any failures, all to be completed within specified timeframes following the contract's initiation. This equipment is critical for conducting precise thermal analysis, which is vital for various research and development activities within the Navy. Interested parties must submit their capability statements by 4:00 PM Pacific Standard Time on September 3, 2024, via email to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil, as no competitive proposals will be accepted.
    29--DETECTOR,METALLIC P
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 12 units of the Detector, Metallic P (NSN 2995013545754). This solicitation is part of an RFQ process, and the approved source for this item is identified as 97484 4J2743. The detectors are critical components used in aircraft engine and engine parts manufacturing, highlighting their importance in maintaining operational readiness and safety. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is set for 168 days after the award of the contract.