Cannon Viscometer Maintenance
ID: PANMCC-24-P-0000-018459Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-YUMA PROV GRDYUMA PROVING GROUND, AZ, 85365-9498, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide maintenance services for three Cannon viscometers located at the Yuma Proving Ground in Arizona. The procurement aims to establish a maintenance contract that includes annual preventative maintenance, emergency repairs, and the provision of calibration standards for the Cannon Mini QV-X and Mini AV-X viscometers. This equipment is critical for laboratory operations supporting military testing activities, and the contractor must adhere to strict quality assurance and performance standards as outlined in the Performance Work Statement. Interested parties are encouraged to respond to this Sources Sought notice by providing their capabilities and relevant information to the primary contact, Damon McLaughlin, at damon.j.mclaughlin.civ@army.mil by the specified deadline, as the government will not accept unsolicited proposals at this time.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a non-personal service contract for maintenance and repair of Cannon Instrument Company equipment at Yuma Proving Ground (YPG), Arizona. The contractor is responsible for providing all necessary resources, including personnel, equipment, tools, and materials to perform annual preventative maintenance and on-demand repairs for three specific viscometers. Key obligations include an annual maintenance visit, one emergency repair for each instrument upon request by the Contracting Officer's Representative (COR), and the provision of necessary calibration standards. The PWS emphasizes quality assurance, requiring adherence to specific performance standards and the submission of calibration and repair reports. The contractor must ensure all work is performed to manufacturer specifications, with non-compliance leading to corrective actions. Additionally, the document contains security guidelines, operating hours, and training requirements, including Anti-Terrorism training for contractor personnel. It is essential for the contractor to maintain the confidentiality of government-related information and comply with safety and environmental regulations. Overall, this agreement aims to ensure functional and reliable performance of critical laboratory equipment, facilitating ongoing operational support for military testing activities.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Laboratory Equipment Preventative and Emergency Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center, is seeking a contractor to provide preventative and emergency repair services for laboratory equipment. The contract aims to support the operation of critical test and measurement equipment across various laboratories, including the Environmental Test Laboratory and the Radiography Laboratory, ensuring the equipment's performance and reliability for essential testing processes. This maintenance service is vital for delivering accurate results that support the Army's operational capabilities. Interested parties can contact Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or by phone at 520-669-7630 for further details regarding the solicitation.
    NFPC - SpectroMaxx PM Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Foundry and Propeller Center (NFPC) in Philadelphia, PA, is seeking contractors to provide annual service and calibration for the SPECTRO MAXX LMM15 spectrometer. The procurement includes preventative maintenance services and the provision of maintenance service kits, emphasizing the need for factory-trained engineers to conduct biannual maintenance calls and ensure compliance with security protocols for government facility access. This contract is crucial for maintaining the operational integrity of analytical laboratory instruments used in defense applications. 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 set for one year post-award.
    Sources Sought Notice (SSN) with intent to sole source for MESOSCALE DEFENSE SECTOR PR2 MODEL 1800 SERVICE PACKAGE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking vendors for a Sources Sought Notice regarding a sole-source contract for extended warranty services on the Mesoscale Defense Sector PR2 Model 1800 systems. The primary objective is to ensure operational readiness for laboratory analyzers used in training programs that certify personnel from various military branches, with the contract spanning 12 months and options for two additional years. This service is critical for maintaining the functionality of essential medical training equipment at the U.S. Army Medical Center of Excellence in Fort Sam Houston, Texas. Interested parties are encouraged to submit their company information and relevant experience to Walter L. Williams at walter.l.williams24.civ@army.mil or Jared Kiser at jared.l.kiser.civ@army.mil by the specified deadline, as responses will help shape the requirements and potentially foster competition among small businesses.
    4000ft-lbs. Force and Torque Calibrators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from qualified vendors regarding the procurement of 4000 ft-lbs Force and Torque Calibrators for the Naval Air Systems Command (NAVAIR) Metrology and Calibration program. The anticipated contract will span three years and is expected to include the delivery of three to thirty units, along with installation and training for personnel, ensuring compliance with military standards and operational readiness. These calibrators are crucial for maintaining the accuracy of various torque tools used by Navy personnel, thereby supporting the Navy's metrology and calibration capabilities. Interested parties are encouraged to submit a Capability Statement by 2:00 PM PDT on October 24, 2024, to Andrew Davis at andrew.m.davis106.civ@us.navy.mil or Kandi Hsin at kandi.y.hsin.civ@us.navy.mil, as this notice serves solely for information gathering and not as a solicitation for proposals.
    Calibration of Lab Equipment
    Active
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Rock Island, is soliciting proposals for the calibration of lab equipment under Solicitation W519TC-24-Q-2336. This procurement aims to establish a Firm-Fixed Price contract for calibration services over a base year and four optional years, specifically targeting small businesses with a budget cap of $19 million. The selected contractor must be ISO/IEC 17025:2017 accredited and provide calibration for various specialized laboratory instruments, ensuring compliance with U.S. Army regulations and standards traceable to the National Institute of Standards and Technology (NIST). Proposals are due by October 18, 2024, at 10:00 AM CST, and interested parties can contact Heather Johns at heather.b.johns.civ@army.mil for further information.
    Calibration and Repair Services - PNSY
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE Calibration and Repair Services - PNSY: The Department of the Navy at Portsmouth Naval Shipyard GF is seeking sources capable of providing calibration and repair services for the Portsmouth Naval Shipyard in Kittery, Maine. These services are required for instruments and laboratory equipment in accordance with the attached Statement of Work. Interested vendors must be able to comply with FAR 52.245-1, DFARS 252.245-7003, and DFARS 252.245-7005. Responses from interested vendors are due by 11:59pm ET on Tuesday, December 31, 2024. This Sources Sought announcement is for market research purposes only and may lead to an official solicitation in the future. Interested parties must meet specific criteria, including having an active CAGE Code and registration in the System for Award Management (SAM.gov). The response should include company information, point of contact details, business size and type, capabilities statement, and related marketing materials. Responses should be limited to ten pages and submitted in PDF format via email to the Contract Specialist, David Agea, at david.a.agea.civ@us.navy.mil. This notice is for informational purposes only and does not constitute a solicitation or commitment by the government.
    TESTKIT PETROLEUM Sources Sought Notice
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal (ACC-DTA), is conducting a Sources Sought Notice to identify potential vendors for the manufacturing of a petroleum testing kit (NSN: 6630-01-558-5109). The government seeks to gather information on the capabilities and qualifications of both small and large businesses to inform its acquisition strategy, with an estimated requirement of 70 units over a five-year period linked to tactical petroleum distribution equipment. This initiative is part of the government's effort to streamline procurement processes and engage industry feedback, with responses due by October 20, 2024. Interested parties should contact Clarissa Dixon at clarissa.n.dixon.civ@army.mil for further details and must adhere to the guidelines for submitting proprietary information.
    66--CALIBRATING DEVICE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is preparing to solicit a contract for the repair and modification of a calibrating device, identified by NSN 7H-6625-005888873. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and is intended for repairs only, as the Government does not possess the necessary data or rights to procure this part from alternative sources. This opportunity is critical for maintaining the operational capabilities of the Navy's electronic and electrical measuring instruments. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of this notice, with all proposals being considered by the Government. For further inquiries, potential bidders can contact Amber Wale at (717) 605-2541 or via email at AMBER.WALE@NAVY.MIL.
    Scales Preventive Maintenance - Solicitation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking a contractor to provide preventive maintenance, calibration, and repair services for various scales used in its operations. The contract will be awarded on a firm-fixed price basis to the lowest price technically acceptable offeror, with services required on a routine schedule including annual, semi-annual, quarterly, and monthly calibrations in compliance with NIST standards. These scales are critical for ensuring operational accuracy and compliance with regulatory standards, emphasizing the importance of reliable maintenance services. Interested vendors must submit their proposals by the extended deadline of October 24, 2024, and can direct inquiries to Sara Cooper at sara.j.cooper4.civ@us.navy.mil.
    2000ft-lbs. Force and Torque Calibrators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center, is seeking information from qualified contractors regarding the procurement of 2000ft-lbs Force and Torque Calibrators for the Naval Air Systems Command (NAVAIR) Metrology and Calibration (METCAL) program. The requirement includes the acquisition of a minimum of three and up to one hundred calibrators through a Firm-Fixed-Price indefinite delivery/indefinite quantity (IDIQ) contract over a three-year period, with the initial delivery necessitating at least three units. These calibrators are critical for maintaining operational standards and ensuring the accuracy of various torque-related tools within the Navy's inventory. Interested parties should submit Capability Statements to Bryanna Alvarez at bryanna.a.alvarez.civ@us.navy.mil or Kandi Hsin at kandi.y.hsin.civ@us.navy.mil, with the Request for Proposal (RFP) anticipated to be issued in November 2024.