NUCLIDE GAMMA CALIBRATION
ID: 4152-VL00Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYPUGET SOUND NAVAL SHIPYARD IMFBREMERTON, WA, 98314-5001, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

HAZARD-DETECTING INSTRUMENTS AND APPARATUS (6665)
Timeline
    Description

    The Department of Defense, specifically the Puget Sound Naval Shipyard IMF, seeks responses from potential vendors for a "Sources Sought" notice. The primary purpose of this initiative is to gather information about available sources capable of calibrating nuclides gamma.

    This is a crucial step in gauging the market for potential contractors, as the navy seeks to fulfill its need for calibrated gamma nuclides. The naval base in Bremerton, Washington, will be the primary place of performance.

    Interested parties should provide their company's name, CAGE code, and contact information, including a dedicated point of contact. Along with this basic information, vendors are encouraged to review the Ordering Data Sheets (ODS) attached to the initial outreach. These sheets contain important specifications and requirements for each line item.

    It's important to note that this stage is not yet a request for quotes or formal bids. Instead, the navy aims to create a network of potential contractors and gather preliminary information about their capabilities.

    Businesses interested in responding should directly contact Andrew Smith or Brian Fergus, whose email addresses are provided in the initial outreach. The navy encourages potential applicants to reach out for further clarification or additional details.

    Eligible vendors should have a strong background in providing solutions related to hazard detection and instrument manufacturing. The specific NAICS and PSC codes provided in the opportunity listing can serve as a guide for applicants to assess their fit.

    The contract details, including funding estimates and award specifics, will be outlined in the formal solicitation, which will be shared with vendors upon request. The navy reserves the right to award multiple contracts, depending on the responses received and the complexity of the requirements.

    Vendors interested in applying should reach out to the specified contacts and follow the instructions provided in the Ordering Data Sheets. Deadlines and specific formatting requirements will be communicated via these channels.

    The navy will evaluate responses based on the eligibility criteria and the degree to which vendors can fulfill the stated requirements. The evaluation process may also consider past performance and relevant experience.

    For any further questions or clarifications, vendors can contact the individuals provided in the opportunity overview.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    NUCLIDE GAMMA CALIBRATION
    Currently viewing
    Sources Sought
    Similar Opportunities
    66--instruments and laboratory equipment
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a LIQUID SCINTILLATION COUNTER (LSC) for Puget Sound Naval Shipyard, IMF and SWFPAC in Bremerton, WA. The LSC will be used for laboratory purposes in accordance with government specifications. The procurement is set aside for small businesses and requires FOB Destination pricing. Interested parties can submit quotes electronically through the NECO website. The solicitation is scheduled to be posted on 08/29/18 with a due response date of 08/07/18. For more information, contact Julio Hernandez at 360-476-4832 or julio.a.hernandez@navy.mil.
    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.
    METER,INTERMEDIATE
    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 intermediate meters under a federal contract. The primary objective of this procurement is to ensure compliance with various technical and quality requirements associated with the manufacturing of these meters, which are critical components in nuclear reactor applications. The contract will include stipulations for inspection, acceptance, and packaging, emphasizing the importance of maintaining high standards in quality assurance and compliance with military specifications. Interested vendors should direct inquiries to John A. Masters at 717-605-1213 or via email at JOHN.A.MASTERS15.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-quotation submission.
    4730 BPA FY24 Request for Information
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Weapon Systems Support (NAVSUP WSS), is seeking small business concerns to participate in a Request for Information (RFI) for a Blanket Purchase Agreement (BPA) related to nuclear reactor components classified under Federal Supply Code 4730. This RFI aims to identify potential suppliers capable of fulfilling future procurement needs for parts essential to the Navy's nuclear propulsion systems, which utilize a pressurized-water reactor design for effective heat and energy management. Interested parties are encouraged to submit white papers detailing their experience and capabilities, with responses due by September 30, 2024. For further inquiries, interested businesses can contact Haylea Winand at haylea.e.winand.civ@us.navy.mil.
    Calibrate and Repair Serial Number 1040C
    Active
    Dept Of Defense
    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.
    44--HYDRAULIC TEST
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure hydraulic test supplies under the presolicitation notice titled "44--HYDRAULIC TEST." The procurement involves a quantity of 20 units of National Stock Number (NSN) 7H-4470-014728051-X5, with delivery required to two specified locations in Pennsylvania and California. These supplies are critical for maintaining nuclear reactor systems, and the government intends to negotiate with only one source due to the proprietary nature of the data required for procurement. Interested parties are encouraged to express their interest and capability to meet the requirements within 45 days of the notice, with contact details provided for further inquiries. For more information, potential vendors can reach out to Collin A. Browning at (717) 605-1667 or via email at COLLIN.BROWNING@NAVY.MIL.
    2023 Fastener BPA Review
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Weapons System Support (NAVSUP WSS) Nuclear Directorate, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for competitively procured fasteners used in the Navy's nuclear propulsion plants. This opportunity focuses on fastener products classified under Federal Supply Class Codes 5305, 5306, 5307, and 5310, with an emphasis on compliance with military specifications and quality assurance standards. The procurement is critical for ensuring the reliability and performance of components within the Navy’s nuclear reactors, highlighting the importance of stringent quality control and adherence to military standards. Interested parties should contact James Benes at james.j.benes3.civ@us.navy.mil or call 717-605-4964 for further details, noting that this Request for Information (RFI) is a market research tool and does not constitute a commitment to contract at this time.
    TEST ASSEMBLY,SPECI
    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 test assembly and special machinery under a fixed-price contract. The primary objective is to ensure compliance with various technical and quality requirements associated with the manufacturing of nuclear reactor components, which are critical for national defense and energy programs. This procurement emphasizes the importance of adherence to specific inspection and acceptance procedures, as well as the necessity for detailed documentation and compliance with established standards. Interested vendors should direct inquiries to Lauren Valentine at 717-605-7191 or via email at LAUREN.N.VALENTINE2.CIV@US.NAVY.MIL, with proposals due by the specified deadlines outlined in the solicitation documents.
    11--DOE Package Performance Demonstration
    Active
    Energy, Department Of
    The U.S. Department of Energy Office of Nuclear Energy is exploring options for a Package Performance Demonstration (PPD) to enhance public trust in the safety of spent nuclear fuel transportation. This Request for Information seeks to assess the feasibility of conducting a PPD that would involve subjecting a nuclear transportation cask to extreme, hypothetical accident conditions, as defined by federal regulations. The scope of work involves demonstrating the resilience of SNF transportation casks via real-life testing. The key tasks include identifying and preparing an appropriate cask, designing and executing an accident test scenario, and collecting and analyzing data. The goal is to simulate conditions set forth in Title 10 of the Code of Federal Regulations, Part 71, encompassing rail, heavy-truck, and barge transportation. There are no specific eligibility criteria or qualifications mentioned in the RFI. However, it is implied that respondents should have expertise in nuclear energy, transportation cask design, or related fields. This opportunity is funded through the Department of Energy, with financial details not specified. The contract type is likely to be a fixed-price or cost-reimbursement arrangement. Interested parties are invited to respond to this RFI by the provided deadline. Responses should be concise, focusing on the technical approach, relevant experience, and capabilities. The evaluation of responses will consider the quality of the proposed technical solution, the respondent's qualifications, and the feasibility of the proposed effort. Cost considerations may also factor into the evaluation. For clarification or further information, interested parties can contact David Hawkes at DOE-PPD@id.doe.gov. This summary provides an overview of the DOE's request for information on conducting a Package Performance Demonstration, outlining the key details and contact information for prospective respondents.
    Digital Vacuum-Air-Nitrogen Distribution System (DVAND)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Keyport, is soliciting proposals for the acquisition of a Digital Vacuum-Air-Nitrogen Distribution System (DVAND) and associated digital pressure gauges. The procurement includes the manufacturing of four first article testing units and thirteen production units, adhering to specific NAVSEA drawings and stringent quality standards, with a focus on ensuring secure supply chains and compliance with military specifications. This solicitation is critical for maintaining the technical integrity of defense systems, emphasizing the need for original equipment manufacturer components, particularly the Mensor CPG2400 series gauges. Interested contractors must submit their proposals electronically to Rebecca Jett at rebecca.a.jett.civ@us.navy.mil, with the solicitation closing date yet to be specified. The contract will be awarded as a firm fixed price type, under full and open competition, with a size standard of 750 employees for eligibility.