4000ft-lbs. Force and Torque Calibrators
ID: N6426725R0033Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL SURFACE WARFARE CENTERCORONA, CA, 92878-5000, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

PHYSICAL PROPERTIES TESTING AND INSPECTION (6635)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the "Calibration Standard Specification" for a Force and Torque Calibrator used within the Department of the Navy's Metrology and Calibration Program. It details the necessary requirements for a Torque and Force Calibration Bench, designed to calibrate a variety of torque tools such as screwdrivers and wrenches in controlled environments utilized by Navy personnel. Key specifications include operational power requirements, environmental conditions, material durability, and accurate torque measurement ranging from 0 to 4000 ft-lbs with a precision of ±0.25%. Essential features are a digital display capable of showing various measurement units and easy-to-navigate connections for transducers. Additionally, the Calibration Bench must accommodate a range of accessories for calibrating different force and torque instruments, including adapters for specific tool sizes and mounting solutions for stability in naval settings. This specification emphasizes the need for durable and precise calibration equipment in support of the Navy's operational readiness and metrology standards, making it vital for RFPs and grant applications related to military procurement and maintenance.
    The Statement of Work outlines the Naval Air Systems Command (NAVAIR) requirement for replacing obsolete Force and Torque Calibrators used for calibrating various equipment in the Navy. With a specified contract duration of three years, the scope includes the procurement of three to thirty units, along with their installation and training for personnel. Vendors must provide comprehensive documentation, including operator manuals, calibration certificates, and training materials. Two training sessions will occur at designated calibration labs—Patuxent River and Naval Surface Warfare Center Corona. The deliverables, as detailed in various Contract Data Requirement Lists (CDRLs), also include software and firmware version details, repairable parts lists, and warranties. Overall, this procurement effort seeks to ensure upgraded calibration capabilities to meet operational standards while facilitating safety and compliance through proper training and documentation. The structured approach highlights the need for rigorous standards and accountability within government contracts.
    The document is a Contract Data Requirements List (CDRL) outlining data item requirements related to the Force and Torque Calibrator under contract N64267-24-P-XXXX. It details specific deliverables such as Calibration Certificates, Software Version Descriptions, and Proposed Spare Parts Lists, specifying their formats, required contents, approval processes, and distribution statements. The Calibration Report requires government review before submission, emphasizing the government’s role in approving the data format and content. The Software Version and Change Request highlight the need for prior governmental notification for any software changes. The Proposed Spare Parts List mandates detailed descriptions of spare parts, including identification, recommended quantities, and operational assumptions. Each section of the document refers to appropriate Data Item Descriptions (DIDs) that dictate the standards for submission content and format, reinforcing compliance with DoD directives. Overall, the CDRL ensures that contracts meet government requirements for data integrity, accountability, and regulatory compliance in military equipment management.
    The document outlines the Contract Data Requirements List (CDRL) for various data items associated with the acquisition of the Force and Torque Calibrator 4k under Contract N64267-24-P-XXXX. Central to this CDRL are specifications for the Training Syllabus and Instructional Media Package, required by the contracting officer for government approval prior to the Initial Operating Capability (IOC) of each system. Data items, including draft submissions and finalized formats, must adhere to established Data Item Descriptions (DIDs) such as DI-MISC-81459B and DI-SESS-81526C. Detailed formats for the syllabus and instructional media must be submitted electronically, with a focus on clarity and adherence to standards set by the Department of Defense. The document emphasizes the importance of compliance with inspection and acceptance criteria and specifies distribution statements for the data. The contractor is responsible for conforming to the documented requirements, producing manuals that cover the operational safety, maintenance, and procedural elements essential for the equipment's utilization. This structured approach ensures that all necessary training and operational materials are developed in accordance with military standards, supporting effective deployment and use of the newly acquired system.
    The Naval Surface Warfare Center, Corona Division has issued a Sources Sought Notice regarding the procurement of 4000 ft-lbs Force and Torque Calibrators for the NAVAIR Metrology and Calibration program. The primary NAICS code associated with this procurement is 334519, with an anticipated contract spanning three years, beginning upon award. A Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) is expected, with an RFP set to be issued in November 2024 via GSA. Interested parties, both Small and Other than Small Businesses, are requested to submit a Capability Statement, no longer than ten pages. Respondents must demonstrate their ability to manage contract requirements, maintain technical capabilities with at least 50% cost incurred for personnel from own employees, and have adequate capacity to fulfill the SOW requirements. All submissions should be made electronically by 2:00 PM PDT on October 24, 2024, as this announcement is solely for informational purposes and does not constitute a solicitation for proposals. Attached documents include a Draft SOW and related data items.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    Torque system (Brand Name or Equal), Travis AFB, CA
    Active
    Dept Of Defense
    The Department of Defense, specifically the 60th Maintenance Squadron at Travis Air Force Base, is seeking qualified small businesses to provide a new torque system and wheel build-up stand for aircraft wheel assembly. The procurement includes the delivery and installation of a Bauer Model 8071 Wheel Build-Up Stand and a Bauer Model 8731 Torque System, which are critical for assembling wheels for C-17, C-5, and KC-46 aircraft, as the current equipment is non-functional and has significantly reduced production capacity. Interested vendors must submit their quotes by October 18, 2024, ensuring compliance with federal regulations and registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or TSgt Isaiah Searles for post-contract questions.
    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.
    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.
    TRANSDUCER,MOTIONAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of a Motional Transducer. The procurement requires vendors to provide a firm fixed price for the complete repair of the item, along with pricing for beyond repair and beyond economic repair conditions. This equipment is critical for measuring and testing electrical signals, which plays a vital role in various defense applications. Interested vendors should contact Nghia Truong at 717-605-3680 or via email at nghia.v.truong.civ.us.navy.mil for further details, with a required repair turnaround time of 184 days after receipt of the asset.
    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.