DLA AVIATION VEA METROLOGY LAB REPAIR, REPLACE, AND MAINTENANCE OF METROLOGY EQUIPMENT
ID: SP470325RFIMETROLOGYType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO RICHMOND DIVISION #1RICHMOND, VA, 23237, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 6:00 PM UTC
Description

The Department of Defense, through the Defense Logistics Agency (DLA), is seeking sources for the repair, replacement, and maintenance of metrology equipment at the DLA Aviation VEA Metrology Lab in Richmond, Virginia. The procurement aims to identify contractors capable of providing hardware maintenance, including service, repair/replacement coverage, and certification/calibration of high-precision instruments such as Romer Arms, CMMs, and 3D printers, ensuring compliance with safety and environmental regulations. This initiative underscores the government's commitment to maintaining operational integrity and compliance with safety protocols while ensuring quality maintenance of critical equipment. Interested parties must submit their capability statements and relevant company information to Corinne Kuge and Allison Douglewicz via email by the closing date of this notice.

Point(s) of Contact
Allison Douglewicz, Contracting Officer
allison.douglewicz@dla.mil
Files
Title
Posted
Mar 20, 2025, 3:06 PM UTC
The document outlines a Request for Proposal (RFP) for hardware and software maintenance of metrology equipment at the Defense Supply Center Richmond, managed by the Defense Logistics Agency (DLA). The contractor is responsible for servicing and calibrating various high-precision instruments, such as Romer Arms, CMMs, and 3D printers, ensuring they comply with specific standards. The scope includes preventive maintenance, repairs, and software support, with detailed documentation required for all maintenance activities. Additionally, safety and health regulations must be strictly followed, with contractors adhering to OSHA guidelines and submitting safety plans prior to site work. Environmental compliance is emphasized, necessitating adherence to local and federal regulations concerning waste management and land disturbance. The RFP also details the need for communication with regulatory bodies and includes provisions for incident reporting and inspections to ensure safety standards are met. This proposal reflects the federal government's commitment to maintaining operational integrity through proper equipment servicing while ensuring compliance with environmental and safety protocols during all operations. The focus is on quality maintenance, safety compliance, and environmental responsibility.
Lifecycle
Title
Type
Similar Opportunities
Calibration and PM Service
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is preparing to solicit a contract for calibration and preventative maintenance services for specialized testing equipment at its Product Test Center in Philadelphia, Pennsylvania. The contract will focus on the upkeep of six specific instruments, including the Digital Elmendorf Tearing Testers and Air Permeability Tester, ensuring compliance with ISO 9001:2015 quality standards. This procurement is vital for maintaining the DLA's testing capabilities and underscores the importance of reliable vendor support in government operations. Interested parties can reach out to Blair Hartley at Blair.Hartley@dla.mil or call 614-692-6274 for further information, with the solicitation expected to be posted at a later date.
Laser Vector Preventative Maintenance and Calibration
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, parts, labor, and travel to ensure the operational readiness of three Laser Vision Vector Measuring Machines and six VB-series Tube Benders, with a focus on safety and compliance with federal and Air Force regulations. This contract is critical for maintaining production capabilities, as the equipment is essential for certifying tubes in the shop, and the services are to be solicited on a sole-source basis from the original equipment manufacturer, NUMALLIANCE-NORTH AMERICA, INC. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further inquiries, with the contract period estimated from November 25, 2024, to November 24, 2030.
Test Equipment Calibration at Letterkenny Army Depot (LEAD)
Buyer not available
The Department of Defense, through the Army Contracting Command at Letterkenny Army Depot (LEAD), is seeking sources capable of providing test equipment calibration services. This opportunity involves the calibration and repair of test equipment in support of the U.S. Army's Test, Measurement, and Diagnostic Equipment (TMDE) needs, adhering to ISO/IEC 17025:2017 standards. The contract is critical for maintaining the operational readiness and accuracy of Army test equipment, with a base period from October 1, 2025, to September 30, 2026, and two optional extensions. Interested vendors must submit their capabilities statements to Megan Smith and Bobie J. Burkett by April 28, 2025, at 1:00 P.M. Eastern Time, and ensure they are registered in the Government System for Award Management (SAM).
Leica AT960 Absolute Tracker Package with T-Probe & Leica TM6100A Theodolite Package
Buyer not available
The Department of Defense, through the Naval Research Laboratory (NRL), is seeking potential sources for the procurement of specialized optical equipment, specifically the Leica AT960 Absolute Tracker and Leica TM6100A Theodolite packages, for use in their Flight Optics Test Evaluation and Characterization (FOTEC) lab. This equipment is crucial for the calibration, alignment, and characterization of sensitive space flight optics, ensuring precision performance in a cleanroom environment. The procurement emphasizes compatibility with the Spatial Analyzer software and includes requirements such as a minimum 12-month warranty, timely delivery by June 30, 2025, and adherence to strict cleanroom standards. Interested vendors should contact Daniel St. Denis at daniel.l.stdenis.civ@us.navy.mil or call 202-748-0819 to discuss their capabilities and submit relevant information.
AFPSL - Reference Multimeter Calibration System
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking information from potential sources for the acquisition of a Reference Multimeter Calibration System (RMCS) to enhance its calibration capabilities at the Air Force Primary Standards Laboratory (AFPSL). This multifunctional system is designed to calibrate precision meters across various electrical parameters, including AC and DC voltage, current, and resistance, and will replace the existing calibration setup to improve operational efficiency and accuracy. The procurement emphasizes the need for high-performance standards, user-friendly software, and comprehensive training for technicians, with a total estimated quantity of four units over four years. Interested parties should submit their responses by May 26, 2025, at 2:00 PM ET, and can contact Megan Moretti at megan.moretti@us.af.mil or Frank Capuano at frank.capuano@us.af.mil for further information.
Coordinate Measurement Machine (CMM) Upgrade
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information regarding the upgrade of a Coordinate Measurement Machine (CMM) to enhance the capabilities of the U.S. Army Test, Measurement, and Diagnostic Equipment Activity (USATA). The upgrade requirements include a B5 Controller Upgrade Package with a one-year warranty, 12 months of Quindos Software or equivalent, and two HP Z4 PC models or equivalent, aimed at improving the measurement of physical objects using a probe. This Request for Information (RFI) is intended for market research purposes only and does not constitute a commitment to issue a Request for Proposal (RFP). Interested parties are encouraged to submit a white paper by April 30, 2025, detailing their capabilities, formatted in Microsoft Word and limited to three pages, with specific company information included. For further inquiries, respondents may contact Benjamin C. Hymas at benjamin.c.hymas.civ@mail.mil or Portia Sampson at portia.r.sampson.civ@army.mil.
Maintenance Kit, Aircraft, [WSDC: 40A]. End Item: Helicopter, UH-60A, UH-60L, UH-60V PR: 7011369585 NSN: 4920-01687552, IAW P/N: PX-70480
Buyer not available
The Defense Logistics Agency (DLA) is conducting market research to identify potential sources for a Maintenance Kit for Aircraft, specifically for the UH-60A, UH-60L, and UH-60V helicopters. The procurement involves the manufacture of component parts, inspection, testing, and logistics management, with an estimated requirement of 69 units of the part number PX-70480. This opportunity is crucial for maintaining the operational readiness of military helicopters, ensuring that they are equipped with the necessary maintenance supplies. Interested parties are invited to submit their capability statements by 3:00 PM EST on April 28, 2025, to Melinda Johnson at Melinda.Johnson@dla.mil, as this is a sources sought notice and not a request for proposals.
Portable Analytical Instruments Maintenance
Buyer not available
The Department of Defense, specifically the U.S. Army Medical Center of Excellence (MEDCoE), is seeking sources for a contract to provide extended warranty and maintenance support for Thermo Scientific's First Defender RMX and TruDefender systems. The primary objective of this procurement is to ensure operational readiness of laboratory analyzers used in training programs for military personnel, with the contract structured as a non-personal services agreement that includes a base year and an optional additional year of performance. This maintenance support is critical for the effective functioning of analytical equipment essential for military operations. Interested businesses are encouraged to respond to the Sources Sought Notice by May 6, 2025, and should direct inquiries to Tanisha Bush at tanisha.a.bush.civ@army.mil or Angelic Hatcher at angelic.m.hatcher.civ@mail.mil.
DDWG - VLM Maintenance - SP3300-25-Q-0067
Buyer not available
The Defense Logistics Agency (DLA) is seeking contractors to provide preventative and corrective maintenance services for Vertical Lift Modules (VLMs) at its distribution center in Warner Robins, Georgia, under solicitation SP3300-25-Q-0067. The procurement involves establishing a hybrid firm-fixed-price and time-and-materials purchase order, with a total estimated value of $75,000, structured over a base year and four optional performance periods. These services are critical for maintaining the operational efficiency of automated storage and retrieval systems, ensuring compliance with federal regulations and enhancing logistics capabilities. Interested contractors must submit their quotes by April 16, 2025, and direct any inquiries to Michael French at michael.s.french@dla.mil.
DIOPTOMETER - RFQ
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting quotes for a dioptometer under solicitation number SPRRA2-25-Q-0031. This procurement involves a firm-fixed-price contract for one dioptometer (NSN: 6650-00-133-7884, Part Number: 10682507) to support the Test Program Sets (TPS) Missile weapon system, with the item being sole sourced from Brunson Instrument Company Inc. The selected supplier must adhere to federal and military specifications, including packaging and marking guidelines, and ensure compliance with safety and environmental regulations. Interested parties should direct their inquiries to Cheyenne Wright or Thomas Gunter via email, with a production lead time of 120 days after contract award and delivery to Tobyhanna, PA.