Scales Preventive Maintenance - Solicitation
ID: N0017424R0173Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNSWC INDIAN HEAD DIVISIONINDIAN HEAD, MD, 20640-1533, USA

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEASURING TOOLS (J052)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as a detailed inventory of weighing scales located in various buildings, specifying their serial numbers, capacity ratings, manufacturers, and points of contact for purchase requests. Each entry includes a unique scale number, capacity (ranging from ounces to thousands of pounds), and the make and model of the equipment, predominantly from brands like METTLER-TOLEDO, FAIRBANKS, and SARTORIUS. The purpose of the inventory is to provide a comprehensive account of the scales available across different facilities, facilitating maintenance and procurement decisions, particularly in the context of federal and state compliance with operational standards. Central to this document is the emphasis on the importance of accurate and reliable weighing systems, critical for various governmental operations and research activities. The organized format allows for efficient referencing by designated personnel involved in equipment management.
    The document is an amendment to a previously issued federal solicitation, aimed at updating certain specifications and extending the solicitation deadline. Specifically, the amendment extends the close date from October 22, 2024, to October 24, 2024, and revises Section B, which pertains to "Supplies or Services and Prices". Several new Contract Line Item Numbers (CLINs) are introduced, detailing services for scales preventive maintenance and calibration on both quarterly and semi-annual bases, including options for similar services. Additionally, Section J is updated to include a revised Exhibit A – Scales Inventory List. All remaining terms and conditions of the original solicitation are unchanged. Stakeholders are encouraged to reach out to the designated contact for any inquiries. This modification helps clarify the requirements for maintaining calibration services critical for regulatory compliance and operational accuracy in government settings, thus underscoring the importance of adherence to federal procurement processes.
    The document outlines a solicitation for preventive maintenance and calibration services for scales at the Naval Surface Warfare Center, Indian Head Division (NSWC IHD). The primary purpose is to secure a contractor capable of providing routine services to ensure the accuracy and operation of various scales crucial for production activities. Key requirements include conducting monthly to annual maintenance, calibration adhering to NIST standards, and ensuring compliance with EPA regulations for waste disposal. The contractor is responsible for all necessary repairs and timely responses to service calls within 24 hours. Personnel must have a minimum of three years of relevant experience and adhere to safety training protocols. The solicitation emphasizes the importance of safety compliance, documentation of services, and the use of certified equipment for calibration. Additionally, bidders must meet specific small business designation criteria, including those for service-disabled veteran-owned and other minority-owned business categories. The contract spans multiple years, with the option to extend services. Overall, this solicitation underscores the government's commitment to maintaining operational efficiency and safety standards within its facilities.
    The Independent Government Cost Estimate (IGCE) outlines projected costs associated with the preventative maintenance and calibration of scales over a five-year period. The document details annual estimates with a base year and four option years, each costing $34,200, totaling $171,000 for the entire duration. Various pricing bases are cited, including past contracts and published prices from GSA and GWAC. The requirements originator is identified as Iris Vazquer-Ayala from the Navy, with a specified date of January 31, 2024. The document is structured to include subtotals for both products and services, though only services are listed here. It's intended for procurement purposes, providing a cost framework that will aid in budgeting and contracting for required maintenance services. This IGCE reflects typical practices in government contracting, ensuring transparency and accountability in federal spending.
    The document presents an extensive inventory of scales and measurement equipment, primarily for INDYOLS, detailing various models, customer information, recall dates, calibration intervals, and specifications. It includes detailed lists of scales, such as Triple Beam Balances and bench, platform, and electronic scales, classified by their corresponding serial numbers and annual maintenance requirements. The inventory serves a critical purpose in ensuring compliance with safety and operational standards, particularly for governmental entities involved in federal RFPs, grants, and state/local contracts. By maintaining precise records of equipment, the document underscores the importance of regular calibration and timely recalls to mitigate risks associated with inaccurate measurements. This systematic approach reflects the government’s commitment to upholding quality and accuracy in measurements across various industries.
    The document outlines the requirements for submitting a Past Performance Matrix as part of a government Request for Proposals (RFP) process. Offerors must provide details for up to seven relevant contracts performed within the last five years, including contract numbers, performance periods, contract values, descriptions of work, and compliance with completion timelines and costs. The matrix ensures that both prime contractors and subcontractors demonstrate their ability to meet project requirements through substantiated past performance. Notably, a record of timely completion and staying within budget is crucial for each contract listed, along with an explanation if any contracts were not successful in these respects. This emphasis on past performance is aligned with federal procurement regulations to assess an Offeror’s reliability, experience, and capacity to fulfill current solicitations effectively.
    The document outlines a Past Performance Questionnaire for solicitations issued by the Naval Surface Warfare Center Indian Head Division (NSWC IHD). It is designed to gather evaluations of contractors’ performance on prior similar contracts, providing critical information for source selection in government RFPs and grants. The questionnaire includes sections for identifying the agency compiling the feedback, the duration of the relationship with the contractor, and a brief description of the services provided. An evaluation criteria scale is provided, ranging from “Exceptional” to “Unsatisfactory” based on specific performance categories such as customer satisfaction, timeliness, technical success, program management, and quality. Respondents are also asked to provide subjective feedback on whether they would recommend the contractor for similar work and to disclose any unique problems encountered. This structured approach seeks to assure that contractors meet government expectations and can execute tasks reliably and efficiently in future contracts. Overall, this questionnaire serves as a critical assessment tool to inform decisions about contractor selection and performance evaluation in federal and state procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mahr ICM 25 Calibration Fixture
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center, is seeking proposals for the procurement of a Mahr ICM 25 Calibration Fixture (Model 2121788) under a firm fixed price contract. This specialized calibration fixture is essential for the calibration of Mahr model ICM 25 dial indicator calibrators, ensuring compatibility with existing systems and minimizing risks associated with non-original equipment manufacturer (OEM) products. Interested suppliers must be OEMs or authorized distributors, with proof of authorization required at submission, and quotes are due electronically by the specified response date. For further inquiries, interested parties may contact Julian Garibay at julian.p.garibay.civ@us.navy.mil or Steve Cortes at steve.cortes.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.
    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.
    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.
    METER,SPECIAL SCALE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a specialized meter, referred to as the "METER, SPECIAL SCALE." This contract requires the manufacture and design of the meter to meet specific technical requirements, including adherence to standards set by Hughes Corporation and exclusion of mercury in the materials used. The meter is critical for electrical and electronic properties measuring and testing, which plays a vital role in ensuring the operational readiness of naval systems. Interested vendors should direct inquiries to Duana Cloyd at 717-605-5722 or via email at DUANA.G.CLOYD.CIV@US.NAVY.MIL, with pricing valid for 60 days post-quotation submission.
    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.
    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 solicitation N6426724R0017. The contract will cover a minimum of one and up to eight units of these calibrators, which are essential for ensuring accurate vacuum measurements in various defense applications. This procurement is structured as an indefinite-delivery, indefinite-quantity (IDIQ) contract lasting two years, with proposals evaluated based on technical merit, past performance, and price. Interested parties must submit their proposals to Brian Staub at brian.a.staub2.civ@us.navy.mil by October 30, 2024, at 12 PM PDT, and are encouraged to review the solicitation documents for compliance with all requirements.
    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.
    66--METER,SPECIAL SCALE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 86 units of a special scale meter, identified by NSN 6625013832558. This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $250,000, and is expected to result in approximately 12 orders annually. The items will be delivered to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), emphasizing the importance of these instruments in military logistics and operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    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.