Eddy Current Reference Standard and Sample/Standard Kit
ID: S5121A24QE012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE CONTRACT MANAGEMENT AGENCY (DCMA)DEFENSE CONTRACT MANAGMENT OFFICEFORT GREGG ADAMS, VA, 23801, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
Timeline
    Description

    The Department of Defense, through the Defense Contract Management Agency (DCMA), is soliciting proposals from Women-Owned Small Businesses (WOSB) for the procurement of Eddy Current Reference Standards and a Sample/Standard Kit. The procurement includes two types of Eddy Current Reference Standards, specifically the NRK-3AL Reference Standard and the Universal Eddy Current Sample and Standard Set, which are essential for the calibration and standardization of eddy current testing equipment used in Non-Destructive Testing (NDT). These standards play a critical role in ensuring accurate testing and inspection processes within military applications, adhering to established USAF standards for quality and precision. Interested parties should contact Charlene Maneafaiga at Charlene.M.Maneafaiga.civ@mail.mil or call 719-332-3408 for further details, with proposals due in accordance with the solicitation timeline outlined in the associated documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for two line items related to eddy current testing standards, intended for government procurement. Line Item 0001 details the NRK-3AL Reference Standard, a versatile eddy current calibration tool composed of three aluminum plates that features multiple fastener and dowel holes, along with 71 specific electrical discharge machining notches. The specifications adhere to the USAF TO 33B-1-1 standards, emphasizing material quality and precise dimensions. Line Item 0002 pertains to the Universal Eddy Current Sample and Standard Set, which comprises various reference standards for different eddy current testing applications. This kit includes conductivity standards made from multiple materials, surface notch standards with varying depths, and thickness samples for both conductive and non-conductive coatings. Both items require consideration for trade-in and warranty options, alongside maintenance availability for sustained operational support. The purpose of the document is to ensure procurement aligns with established military standards, facilitating accurate calibration and testing of eddy current equipment across federal and potentially state and local levels.
    The document details a solicitation for a contract specifically targeting Women-Owned Small Businesses (WOSB) for the procurement of commercial products and services, particularly involving Eddy Current Reference Standards used in Non-Destructive Testing (NDT) training. It outlines key information such as requisition and contract numbers, solicitation dates, contact information, and item specifications. The proposal includes a firm fixed price arrangement for two types of Eddy Current Reference Standards, with a total quantity of six units for each type. The document specifies delivery requirements, including an inspection and acceptance process at designated military locations, and mandates compliance with various Federal Acquisition Regulation (FAR) clauses. Furthermore, it emphasizes the set-aside nature for economically disadvantaged women-owned businesses and the commitment to adhere to specific government contracting guidelines and provisions. This initiative underscores the Federal Government's effort to promote small business participation, particularly from minority-owned enterprises in defense contracting activities, aiming for inclusivity and economic empowerment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Eddyfi Ectane 3 with 64-channel ECA and SmartMUX
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) Shared Services Center is seeking to procure an Eddyfi Ectane 3 with a 64-channel Eddy Current Array (ECA) and SmartMUX system, which is crucial for inspecting critical welds in space launch systems. The procurement aims to achieve a 90% probability of detection (POD) with 95% confidence for cyclically grown fatigue cracks, utilizing advanced features such as compatibility with a 64-element probe arrangement and customization via Magnifi software. This specialized inspection system is vital for ensuring the safety and reliability of components used in space exploration, with delivery expected within five weeks of order placement at NASA Langley Research Center. Interested organizations must submit their capabilities and qualifications in writing to Kacey Hickman at kacey.l.hickman@nasa.gov by 3:00 p.m. Central Standard Time on September 16, 2024, to be considered for this sole source contract.
    59--EWR RCVR CHASSIS
    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 the EWR RCVR CHASSIS, which falls under the NAICS code 334417 for Electronic Connector Manufacturing. The contract will require the manufacture of new materials, adhering to strict quality and inspection standards, including ISO 9001 compliance, and will necessitate government source inspection and acceptance prior to shipment. This procurement is critical for supporting naval operations, ensuring that the supplied components meet stringent safety and operational standards. Interested vendors must submit their proposals via email to the Contract Specialist, Tonya Nearhood, at tonya.l.nearhood.civ@us.navy.mil, with a deadline for submission to be determined. For proposals exceeding $2 million, certified cost or pricing data must be included.
    377 MXS Decade Resistor
    Active
    Dept Of Defense
    The Department of Defense, through the 377th Maintenance Squadron, is seeking quotations for the procurement of an RS925D Precision Decade Resistor, which is crucial for calibrating resistance measurements at Kirtland Air Force Base's Precision Measurement Equipment Laboratory (PMEL). This solicitation emphasizes the importance of small business participation, as it is set aside exclusively for small businesses under NAICS code 334515, which pertains to instrument manufacturing for measuring and testing electricity and electrical signals. Interested vendors must submit their quotes by September 18, 2024, with a target delivery date for the resistor set for October 5, 2024; offers must remain valid until September 30, 2024. For further inquiries, interested parties can contact Kristie Netzer at kristie.netzer@us.af.mil or by phone at 505-853-9507.
    16--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 54 units of the NSN 1615014597989, specifically a metallic detector. This procurement is based on a source-controlled drawing, and the approved source for this item is identified as 97484 1C1878-4, emphasizing the importance of compliance with the specified military standards and specifications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received in a timely manner to be considered. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, with the delivery deadline set for 40 days after order placement.
    Control Panel, Test /WSDC (19F) Aircraft, Eagle F-15, PR: 7007685516; NSN: 4920-015555319, P/N 99-1004900
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Control Panel, Test for the WSDC (19F) Aircraft, specifically for the Eagle F-15, under solicitation PR: 7007685516. The requirement includes one National Stock Number (NSN) for a Cable Assembly, Special Purpose, Electrical, with a total quantity of 53 units, and the contract will be awarded as a firm fixed price. This equipment is critical for the maintenance and repair of aircraft, ensuring operational readiness and safety. Interested vendors must submit their proposals by October 11, 2024, and can direct inquiries to Melinda Johnson at Melinda.Johnson@dla.mil or by phone at (804) 279-1627.
    DoD STTR 24.D Program BAA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a 500 MHz Nuclear Magnetic Resonance Spectrometer. This equipment is typically used for physical properties testing and inspection. The procurement will be priced at the time of delivery order placement, with delivery FOB Destination. The contractor must provide documentation and certification of compliance with applicable specifications. The acquisition is under NAICS Code 334516 with a size standard of 1000. Payment will be made through Wide Area Workflow (WAWF) with Defense Finance and Accounting Service (DFAS). More information will be provided in the Request for Proposal (RFP) solicitation number N6893623R0009 to be posted on the beta.sam website. Interested parties must be registered in the System for Award Management (SAM) database. Written responses should be submitted to the listed points of contact within 15 days of this notice date.
    58--TARGET,RADAR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 132 units of TARGET, RADAR (NSN 5840014686336). This solicitation is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the FAR 19.15 guidelines, emphasizing the importance of supporting diverse business participation in federal contracting. The goods are critical for search, detection, navigation, and guidance applications within defense operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the DLA via the provided email address, DibbsBSM@dla.mil. The deadline for quote submission is 169 days after the award date.
    34--ELECTRODE,WELDING
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 2,000 units of welding electrodes, identified by NSN 1H-3439-016446243-L1. This acquisition is a total small business set-aside, emphasizing the importance of compliance with military inspection standards, specifically MIL-I-45208A, for the approved sources. The welding electrodes are critical for various defense applications, and the contract will be awarded to firms that meet the necessary quality assurance requirements. Interested parties should contact Holly J. Smith at (717) 605-1470 or via email at HOLLY.J.SMITH39.CIV@US.NAVY.MIL for further details and to express their interest within 15 days of this notice.
    Mobile Automated Scanner Systems (MAUS) Repair and Calibration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and calibration of Mobile Automated Scanner Systems (MAUS) under a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The selected contractor will be responsible for providing all necessary labor, materials, and equipment for repairs, which include a range of services from standard sensor replacements to major software upgrades, all while ensuring compliance with ISO 17025 calibration standards. This opportunity is crucial for maintaining the operational readiness of critical scanning technology used in government operations. Interested parties, particularly women-owned small businesses, must submit their quotes by the specified closing date and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    PROBE PUSHER
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting offers for the procurement of a high-speed 3D probe pusher and associated ZETEC equipment, intended for use at the Puget Sound Naval Shipyard in Bremerton, Washington. This solicitation is a Total Small Business Set-Aside and aims to establish a firm fixed-price supply contract for delivery of the specified items, which include a slip ring assembly and an eddy current test instrument, all manufactured in accordance with specified material standards. The procurement emphasizes the importance of cybersecurity and operational security, requiring contractors to comply with DFARS clauses and obtain necessary security credentials. Interested parties must submit their offers, including pricing and required documentation, to Naomi Larson at naomi.larson@dla.mil by the specified deadline, ensuring they are registered in the System for Award Management (SAM.gov).