SOLICITATION NOTICE
H -- TESTING SERVICES
- Notice Date
- 6/9/2015
- Notice Type
- Presolicitation
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX15R0115
- Archive Date
- 6/26/2015
- Point of Contact
- Brandy Warner, Phone: 614-692-5024, Amy E Schultz, Phone: 6146921782
- E-Mail Address
-
brandy.warner@dla.mil, Amy.Schultz@dla.mil
(brandy.warner@dla.mil, Amy.Schultz@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- The DLA Land & Maritime Supply Chain is releasing solicitation SPE7MX-15-R-0115 for various testing services in the below categories. The test lab (offeror) must have adequate skills and technical capabilities for performing various types of testing, as will be described in the solicitation. Categories of testing can include Government First Article (GFAT), Production Lot Testing (PLT), and Customer Quality Complaint Investigations (PQDRs) The various testing requirements will generally fall within 2 major categories: •1. Bomb Release Units (BRU's) and BRU components (i.e., ballistic and non-ballistic ejection testing, dynamic load, electromagnetic compatibility, high-G release, static load, etc.). Contractor must have access to bomb racks, and will be required to possess a Military Ammunition Storage license. The facility must also possess additional requirements as listed in the solicitation, such as the following: •· Ability to perform ballistic ejection testing (including a full compliment of instrumented test stores required to measure event duration parameters that normally do not exceed 100 milliseconds) •· Ejection testing capability (non instrumented) at a rate of 10 ejections/hour •· Have a full compliment of non instrumented stores (simulated bomb weights of 250, 500, 1000, 2600, and 3575 pounds) •· Provisions to store Class C explosives (impulse cartridges) •· Fully automated specialized test equipment capable of performing endurance testing on various bomb rack electrical solenoids and motors •2. Non-Bomb Release Units (Non-BRU) -To include all other items NOT categorized as a Bomb Release Unit or component. Historically, these tests consist of gear profile testing and include the utilization of a master gear. Special Testing, as directed, may also include investigation of PQDR complaints •· Contractor will be required to provide estimates/offers, actual cost justifications, and various other notifications throughout the testing process by electronic means, and must be able to operate in a Microsoft Office and/or AutoCad environment. All responsible sources may submit an offer/quote which shall be considered. Solicitation is full/open. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial service within 15 days of this notice. The solicitation will be available in https://www.dibbs.bsm.dla.mil/ on its issue date of on or about June 15, 2015. The Small Business size standard is over $15 million annually for NAICS 541380. The proposed procurement is for a 3 Year Base, Time & Materials contract, with no option periods. The solicitation will be issued as Unrestricted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7MX15R0115/listing.html)
- Record
- SN03757811-W 20150611/150609235020-4471b0ee72659ce222838c6a5f0284c2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |