Sensing Technology with Software
ID: N4215824QE081Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNORFOLK NAVAL SHIPYARD GFPORTSMOUTH, VA, 23709-1001, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The federal solicitation N4215824QE081 outlines a request for proposals related to the acquisition of a GelSight mobile measurement system, software licenses, a Microsoft Surface Pro tablet, and gel cartridges. Vendors are required to certify that their products meet specified technical capabilities and features, submitting a signed compliance document with their proposals. The solicitation lists four distinct items: 1. **GelSight Mobile System** - One unit of the Series 2 device, which includes essential accessories and a calibration kit. 2. **Software License** - Two perpetual software licenses with maintenance and upgrade provisions. 3. **Microsoft Surface Pro** - One complete tablet package, including a keyboard cover and a rugged case. 4. **Gel Cartridges** - One unit of low friction TPE gel cartridges for the mobile system. Each item requires a certificate of compliance verifying that it adheres to the solicitation’s specifications. The purpose of this solicitation is to streamline the procurement of technologically specific measurement equipment, ensuring that prospective vendors provide compliant and high-standard products for utilization in federal government operations.
    The document outlines a solicitation for commercial items from the Norfolk Naval Shipyard, specifically seeking proposals to supply various Gelsight products and related services. Key items include the Gelsight Mobile Series 2.0 shock-protected system, a perpetual software license with a year of maintenance, and Microsoft Surface Pro devices, all requiring compliance certificates. The solicitation emphasizes that the acquisition is set aside for small businesses, including those owned by service-disabled veterans and women. Proposals must be submitted by September 20, 2024, by noon, and mandates inspection and acceptance at the destination. The text further details access requirements for Navy installations and the protocols for safeguarding sensitive information, particularly regarding cybersecurity incidents. Mandatory clauses derived from Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) govern various aspects, including compliance with the National Institute of Standards and Technology (NIST) standards in the event of cyber incidents. Overall, the document serves as a formal request for proposals to fulfill specified procurement needs while ensuring adherence to government standards and regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    Vacuum Sensor Calibrators
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of Vacuum Sensor Calibrators under a Combined Synopsis/Solicitation notice. The contract will cover a minimum of one and up to eight units, with a duration of two years, aimed at enhancing the calibration capabilities necessary for operational standards in vacuum measurement. This acquisition is critical for ensuring compliance with Department of Defense standards and includes provisions for associated training services and technical documentation. Proposals must be submitted by October 3, 2024, at 12 PM PDT, to Brian Staub at brian.a.staub2.civ@us.navy.mil, with evaluations based on technical merit, past performance, and price.
    SOLE SOURCE - REFURBISHMENT - Davit STEM Weldments QTY 2 and MAST Weldments QTY 12 (BASE w/OPTIONS)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for the refurbishment of Davit STEM Weldments (quantity 2) and MAST Weldments (quantity 12) under a sole-source contract with Chesapeake Machining & Fabrication, Inc. This procurement is essential for maintaining the operational readiness of guided missile systems, as the specified weldments are critical components in naval applications. The contract is set to be awarded following the submission of capability statements and quotations, with a closing date for submissions on September 20, 2024, at 4:00 PM Eastern Time. Interested vendors should direct inquiries and proposals to Sandra Gunderman at sandra.e.gunderman.civ@us.navy.mil, and ensure they are registered in the System for Award Management (SAM).
    Keyence XM 5000
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Indian Head Division, intends to award a sole-source contract for the procurement of a Keyence Handheld Probe Coordinate Measuring Machine XM-5000. This advanced measuring machine is required to enhance the in-house measurement capabilities for the NAVAIR Guns Medium Caliber Lab, which evaluates 20mm and 25mm aircraft gun systems, addressing the inadequacies of traditional measurement tools that often lead to costly outsourcing. The urgency of this procurement is underscored by a desired delivery date of July 1, 2024, to ensure compliance with technical data packages for gun components, with interested vendors required to submit their capabilities by September 24, 2024, to Jimmy Ludwick at james.e.ludwick2.civ@us.navy.mil.
    LEICA ABSOLUTE TRACKER AT960-LR
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Maritime Norfolk is seeking proposals for the procurement of a LEICA Absolute Tracker AT960-LR and associated equipment, with the intention of awarding a Firm Fixed Price contract. The procurement includes several items, such as the T-Probe III, MAV72 Sensor Aperture, and various tripods and cases, all of which are essential for analytical laboratory operations. This opportunity is set aside for small businesses under the NAICS code 334516, and the anticipated delivery timeframe is approximately thirteen weeks. Interested vendors should prepare to submit their quotes by 12:00 PM EST on September 24, 2024, and direct any inquiries to Ronald Martin at ronald.c.martin@dla.mil.
    GAGE SET,INSPECTION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of Gage Sets for inspection purposes. This contract involves the supply of measuring tools categorized under the NAICS code 333515, which pertains to Cutting Tool and Machine Tool Accessory Manufacturing, and is critical for ensuring quality control and precision in military operations. Interested vendors should note that early and incremental deliveries are preferred, and they can reach out to John A. Maier at 215-697-2782 or via email at JOHN.A.MAIER@NAVY.MIL for further inquiries. The solicitation includes various contractual stipulations and requirements, with a focus on compliance with quality standards and timely delivery.
    HOUSING,GAGE
    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 housing gauges, which are critical instruments for measuring, displaying, and controlling industrial process variables. The contract will require compliance with various quality assurance and inspection standards, including the submission of detailed technical documentation and adherence to specific packaging requirements. These instruments play a vital role in ensuring operational readiness and safety within military applications. Interested vendors should contact Collin Browning at 717-605-1667 or via email at COLLIN.BROWNING@NAVY.MIL for further details, with proposals expected to be valid for 60 days post-quotation submission.
    Naval Surface Warfare Center Carderock Division Metallography Lab BPA
    Active
    Dept Of Defense
    The Naval Surface Warfare Center Carderock Division (NSWCCD) is seeking vendors to provide metallographic laboratory equipment through a combined synopsis/solicitation. The procurement aims to acquire essential supplies and services for analyzing metallic materials, including abrasive cutoff saws, hot mounting presses, automated polishers, hardness testers, and various microscopes, along with necessary accessories and consumables. This initiative supports the establishment of a Rapid Alloy Manufacturing and Processing (RAMP) lab, which is crucial for advancing next-generation alloy development for naval applications. Interested vendors must submit their quotes by 11:00 AM on July 16, 2024, with a total ceiling for multiple Blanket Purchase Agreements (BPAs) set at $7,499,000, and individual purchase limits capped at $750,000. For further inquiries, vendors can contact David Crouch at 301-318-3929 or via email at David.w.crouch3.civ@us.navy.mil.
    Request for Proposal Squad Aiming Laser
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Marine Corps, is soliciting proposals for the Squad Aiming Laser (SAL) system, with the intention of awarding a single-source Firm Fixed Price, Indefinite Delivery/Indefinite Quantity contract over a 60-month period. The procurement aims to secure a comprehensive laser system that includes equipment, mounting hardware, operator manuals, and ancillary gear, which are critical for enhancing the operational effectiveness of military weapon systems, particularly in conjunction with night vision devices. Interested small businesses must submit their proposals by September 25, 2024, and can direct inquiries to Nate Sudbeck at nathaniel.sudbeck@usmc.mil or Elizabeth Colvin at elizabeth.colvin@usmc.mil. The contract value is anticipated to range from a minimum of $1,000 to a maximum of $249 million, emphasizing the importance of compliance with federal regulations throughout the procurement process.